MODIFICATION
Y -- Groin Rehabilitation in Long Island, New York
- Notice Date
- 3/18/2015
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-15-S-0006
- Response Due
- 3/31/2015
- Archive Date
- 5/17/2015
- Point of Contact
- Orlando Nieves, 917-790-8078
- E-Mail Address
-
USACE District, New York
(orlando.nieves@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed project is for Shoreline Stabilization work. 1. Description of project: A.Proposed project is for construction/rehabilitation of the groin system on the barrier island of Long Beach, NY. The project will include the rehabilitation of 18 existing stone groins from the town of Hempstead to Pt Lookout as well as the construction of 4 new stone groins at Pt. Lookout. The contractor will be required to modify or remove portions of the existing groins. The contractor will be required to conduct biological monitoring during all phases of construction. The contract value is estimated between $50 million and $100 million. Award is projected in September 2015. Estimated project duration is 550 days. Four new groins and two groin rehabilitations in Pt. Lookout are subject to an environmental window from April through August and will be completely shut down during the aforementioned period of every year. 2. Responses to this sources sought will be used by the Government to make an appropriate procurement decision. All firms (large or small business) should respond to the project if they are interested in performing it. 3. The North American Industry Classification System (NAICS) code is 237990. The Small Business Size standard is $27,500,000. 4. The following information is required and should be provided if a firm is interested in performing the work: (1) Name of firm w/ address, phone, and fax number, point of contact and email address. (2) Identification and verification of the company as a HUB Zone small business firm, or, A Service-Disabled Veteran Owned Small Business firm, or, A Small business firm, A SBA certified 8(a) firm, or, A large business firm. (3) A CAGE Code and DUNS Number for the firm. (4) Statement of Interest: Please indicate whether your firm intends to submit an offer for this project. (5) Qualification Criteria: Responses to this source sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Please include the following in your submission: (i) Forecasted use of materials, equipment including land-based equipment & pumps and storage location if applicable; (ii) Capabilities and Capacity for intended operations, (iii) capability of working around environmental windows, (iv) do you foresee any problems with the construction duration as indicated above and the area subject to a shutdown during the environmental window period? (6) Have you worked with environmental window restrictions, e.g., Piper Plover, Sea Turtle? (7) Bonding Capacity: per contract and total bonding capacity. (8) The interested contractor should list the percentage and type of work that they will self perform. Interested responders should refer to the following FAR Clauses to see the Limitation of Subcontracting that pertains to specific Set-asides. FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides). FAR 52.219-3 (Pertains to HUBZone Set-asides). FAR 52.219-27 (Pertains to Service Disabled Veteran Owned Small Business Set-asides). 5. Please send all responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843 ATTN: Orlando Nieves, Contract Specialist New York, NY, 10278-0090 Responses are due no later than 2:00 PM Eastern Standard Time (EST) 31 March 2015. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. quote mark For more information, please see draft report at the following link: http://www.nan.usace.army.mil/Missions/CivilWorks/ProjectsinNewYork/JonesInlettoEastRockawayInlet(LongBeach).aspx THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED CONCERNS DOING WORK UNDER NAICS 237990. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. Contracting Office Address: USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090 Point of Contact(s): Orlando Nieves, Contract Specialist orlando.nieves@usace.army.mil Place of Work: Long Beach, New York
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-15-S-0006/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN03671618-W 20150320/150318235019-9f41f695775d0eed240faf49b64fffd3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |