SOURCES SOUGHT
Y -- Long Beach, NY Hurricane and Storm Damage Reduction Project –Contract 2: Beachfill and Crossovers
- Notice Date
- 10/6/2017
- 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 York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-18-S-0001
- Point of Contact
- Justin Helfman, Phone: 9177908389, Alex Heinzel, Phone: 9177908087
- E-Mail Address
-
justin.helfman@usace.army.mil, alexander.t.heinzel@usace.army.mil
(justin.helfman@usace.army.mil, alexander.t.heinzel@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. 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. The purpose of this announcement is to gain knowledge of potential business sources with specific interest in small business, certified 8(a) serviced by SBA districts located within Region I-New England, Region II-Atlantic and Region III-Mid Atlantic, certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a contract involving beachfill renourishment and construction of crossovers. The NAICS Code is 237990 (size standard $36.5 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time. Responses will be used to determine appropriate acquisition decisions for a future procurement. If qualified firms do not respond to this Sources Sought notice, the construction contract may be acquired under full and open competition. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for construction of the Contract 2 components of the Long Beach Hurricane and Storm Damage Reduction Project in Long Beach Island, Nassau County, NY. Contract 2 includes beachfill renourishment of approximately 4.3 million CY, 41 timber pedestrian crossovers, 5 gravel vehicular crossovers and 23 acres of dune planting. Additional project features include sand fencing, stabilization mats and a timber deck sun shelter. The estimated construction cost range is $50 - $100 million. Award is projected in January 2018. SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following items. At the end of this survey you will be asked to provide your comments. 1.Name of responding firm with address, phone number, fax number, point of contact and email address. 2. Identification and verification of the company as a: a. Small or large business firm as defined by SBA, or b.Certified HUBZone firm, or c.Service-Disabled Veteran Owned Small Business (SDVOSB) firm, or d. SBA certified 8(a) firms serviced by SBA districts located within Region I-New England, Region II-Atlantic, and Region III-Mid Atlantic 3. A CAGE Code and DUNS Number for the firm. 4. Statement of Interest: Please indicate if your firm is willing to submit an offer for the contract described above. If not, please explain why not. 5. Indicate if your firm would be bidding on this contract as a sole contractor, prime contractor with subcontractor(s), or as a joint venture. 6. Indicate if there is a dollar limit on the size contract that you would bid. 7. Indicate Bonding Capacity: per contract and total bonding capacity. 8. Qualification Criteria: Responses to this sources sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Include: a.Beachfill renourishment similar in nature to this project. Please describe the project and for whom the work was performed. Identify a point of contact and phone number. b.Crossover construction experience similar in nature to this project. Please describe the project and for whom the work was performed. Identify a point of contact and phone number. c.The largest beachfill renourishment contracts (in dollar amounts) on which you were the prime contractor. d.The largest crossover construction contracts (in dollar amounts) on which you were the prime contractor. e.Experience with coordination of utility relocations including cable, fiber optic, telephone, electric, gas, sewer and water. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed. f.Experience with implementing traffic detours on State, County and City roads. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed. g.Experience with New York Department of Transportation requirements for work on roads within their jurisdiction. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed. h.Experience with the New York Department of Environmental Conservation - Land Use permit requirements for working in wetlands, both coastal and freshwater, transition areas, and riparian zones, and monitoring (air quality, noise, species noted in permit, i.e. bald eagles, osprey, seabeach amaranth, seabeach knotweed, red knots, piping plovers). Experience with environmental regulations and requirements, including but not limited to: the Migratory Bird Treaty Act; Endangered Species Act for both federal and state listed endangered species and threatened species; Clean Air Act; Clean Water Act; etc. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed, listing any permits the project adhered to, as well as describing the outcome of the project, especially as it relates to permit compliance and environmental best practices. i.Type of heavy construction equipment you own and/or operate that is suitable for the work described. For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics. 9. 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 Limitations on Subcontracting that pertain 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). 10. Contractor's comments or recommendations. Please provide, if any. Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. Firms should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. 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. Submit three (3) Survey Questionnaires to: Attn: Alexander Heinzel, CENAN-CT, Rm. 1843, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278-0090 Survey Questionnaires will not be accepted after 4:00 pm on the original response date shown in the advertisement on FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-18-S-0001/listing.html)
- Place of Performance
- Address: Long Beach, New York, United States
- Record
- SN04708537-W 20171008/171006230631-2549d59e2aaa7bf8a74984d7813fa5d9 (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 |