SOURCES SOUGHT
Z -- Hampton Harbor North Jetty Repairs
- Notice Date
- 11/3/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-16-X-0004
- Archive Date
- 11/25/2015
- Point of Contact
- Stephen Jones, Phone: 9783188968
- E-Mail Address
-
stephen.e.jones@usace.army.mil
(stephen.e.jones@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New England District is conducting a market survey for repairs to the north jetty feature of the Federal project in Hampton Harbor, New Hampshire. This announcement is to determine the interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned and Small Business concerns as described below. The NAICS code for this procurement is 237990. The project is planned to be issued on or about December 2015. The construction window is September 15, 2016 through March 31, 2017. The contract completion is March 31, 2017. The estimated construction cost is between $1,000,000.00 and $5,000,000.00. The work of this project consists of repairing several sections of the north jetty feature of the Federal navigation project at Hampton Harbor, Hampton NH. The north jetty was damaged during Hurricane Sandy and subsequent storms. Approximately 2,220 tons of armor stone will be required to make repairs to 4 identified work areas of the jetty. The stones will vary in size from 3-4 tons and 6-10 tons. The work includes removing, replacing and reworking existing armor stone as well as acquiring and placing new armor and core stone along the jetty. The repaired areas must be properly interlocked and be within specified design tolerances. The crest width of the north jetty is 5 feet for about the first 500 feet (starting from land), widening to 8 feet for the next 300 feet, and widening to 10 feet for the most seaward 200 feet of the jetty. Due to shallow water depths adjacent to the landward end of the jetty, work at this end may be performed from land. Due to narrow crest widths of the landward end of the jetty, the remainder of the work requires performance by marine based plant. Protection of piping plovers and their habitat limits construction to the period of September 1 to March 31. A storage/staging area at the southern end of the Hampton Beach State Park (HBSP) has been requested and is expected to be available from September 15, 2016 to March 31, 2017. An access way from the HBSP parking lot to the landward end of the north jetty for the delivery of stone to the landward end of the jetty has been requested and is expected to be available from September 15, 2016 to March 31, 2017. Construction mats will be required to be laid upon the access way. Access to the boat ramp at the Hampton State Pier will be available only for the launching of small work vessels. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) and what type of equipment the firm is proposing to use. Firms must submit documented information that demonstrates experience with a minimum of two examples of construction projects, similar in scope and magnitude to this project that the firm has successfully performed in the last five years. The examples must clearly demonstrate breakwater or jetty repair projects (or other stone work in a marine environment) beyond typical earthwork construction and demonstrate experience with acquiring and placing large armor stones (up to 10 tons) with both land and marine equipment; the ability and capability of simultaneously performing this work by land and barge; and demonstrate experience in working in a dynamic and restricted marine environment (ocean waves, tides, time of year, etc.). Responses should include experience of Foreman and Crane Operators working on stone structures. Please indicate your team subcontractors that will be used to support your effort and include their prior experience and qualifications. Proof of bonding capability is required. Responses are due November 24, 2015. Responses should provide one electronic CD format and one hard copy. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Mr. Stephen Jones Responses are limited to twenty pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-16-X-0004/listing.html)
- Place of Performance
- Address: Hampton Harbor, New Hampshire, Hampton, New Hampshire, 03226, United States
- Zip Code: 03226
- Zip Code: 03226
- Record
- SN03936876-W 20151105/151103234444-4b45696651d9c28d736c15c7b7725e88 (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 |