Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2018 FBO #5993
SOURCES SOUGHT

Z -- Fire Island Maintenance 3B2

Notice Date
4/19/2018
 
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
W912DS18S0014
 
Point of Contact
Travis J Specht, Phone: 9177908177, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
travis.j.specht@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(travis.j.specht@usace.army.mil, Nicholas.P.Emanuel@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 REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW UP INFORMATION REQUESTS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME; HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION. NO RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT WILL BE POSTED TO FBO.GOV. 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, certified HUB Zone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women Owned Small Business for work on a dredging, beachfill, dune crossover construction, and dune planting contract. The NAICS Code is 237990 Dredging and Surface Cleanup Activities. The Small Business size standard $27.5 million average annual receipts for preceding three fiscal years; however to be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern (13 CFR §121.201, Footnote 2). Any potential competitive solicitation(s) that may proceed from this notice will be posted to fbo.gov. All interested offerors will have the opportunity to respond to a solicitation announcement at a later time if and when a solicitation is issued. 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 Contract #3B2 of the Fire Island Inlet to Montauk Point, New York, Fire Island Inlet to Moriches Inlet Stabilization (FIMI) project. More information on FIMI can be found at: http://www.nan.usace.army.mil/Missions/Civil-Works/Projects-in-New-York/Fire-Island-to-Montauk-Point-Reformulation-Study/#FIMI FIMI Contract #3B2 spans the portion of Fire Island from Ocean Bay Park through Davis Park, in the Town of Brookhaven, Suffolk County, NY. Work will include: offshore dredging and beachfill (berm and dune) placement of approximately 1,500,000-2,000,000 cubic yards of sand; construction of approximately 34 timber pedestrian crossovers, 6 timber ADA/ABA timber pedestrian crossovers, and 3 gravel vehicular crossovers; and dune planting. The magnitude of the project is between $25 million and $100 million. Duration of construction will be approximately 400 calendar days after Notice to Proceed. Notice to Proceed is anticipated to occur in October 2018. Responses to this sources sought will be used by the Government to make an appropriate procurement decision. All firms, both large and small businesses, should respond to this announcement if they are interested in performing the work of this project. OPERATIONAL CONSTRAINTS The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. This includes paying all fees and obtaining all permits required for the work. 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 questions. At the end of this survey you will be asked to provide your comments. General 1)Would you be willing to bid on the project described above? Please provide a brief description. If the answer is no, please explain why not. Business Characteristics 2)Please provide the name of your business or joint venture, address, point of contact name, phone, fax number, and email address. 3)Please provide a CAGE Code and DUNS Number for the business. 4)What is your bonding capacity per contract? What is your total bonding capacity? 5)Is your company a small or large business as defined by the SBA? Are you classified as HUB Zone Small Business, SBA certified 8(a) Small Disadvantaged Business, Service-Disabled Veteran Owned Small Business, Small Business, or as a Large Business? Answer the same questions for any planned subcontractors. 6)Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Experience 7)What is the largest beachfill contract (in cubic yards) on which you were the prime contractor? 8)Have you worked on any projects on Fire Island, NY? How have you dealt with the limitations to transportation and vehicular access? 9)Have you performed beachfill contracts on the Atlantic Coast of the United States? If so, please provide a list and description of at least 3 contracts of similar size, magnitude, and complexity. Description shall include size, cost, technical qualifications of staff, any customer feedback received, and a narrative of any complexities encountered. Equipment 10)What type of dredging equipment do you forecast using? 11)What is the delivery capacity per day of that equipment (assume average distance from borrow site to beach is 4 miles) 12)What land-based equipment do you intend on using? Please include any pumps, dozers, hauling equipment, pile drivers, etc. Capacity 13)What capacity will you have to perform this work in the next 2 years? 14)When would be the earliest you could mobilize to perform this work? 15)Do you foresee any problems with the construction duration as indicated above? 16)What percentage of the work would you expect to subcontract? (refer to the following Federal Regulations to see the Limitation of Subcontracting that pertains to specific set-asides) 13 CFR §121.201 "What size standards has SBA identified by North American Industry Classification System codes?" 48 CFR §19.102 Size Standards 48 CFR §19.5 Set-Asides for Small Business 48 CFR §19.8 Contracting With the Small Business Administration (the 8(a) Program) 48 CFR §19.13 Historically Underutilized Business Zone (HUBZone) Program 48 CFR §19.14 Service-Disabled Veteran-Owned Small Business Procurement Program 48 CFR §19.15 Women-Owned Small Business Program Contractor's Comments or Recommendations 17)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. The Government 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. Please submit completed Survey Questionnaires of no longer than 15 pages by mail or email to: Attn: Travis Specht, CENAN CT, Rm. 1843, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278 Email: Travis.J.Specht@usace.army.mil Survey Questionnaires will not be accepted after 4:00 pm on the response date shown in the advertisement on FBO.gov. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18S0014/listing.html)
 
Place of Performance
Address: Fire Island Inlet to Montauk Point and Moriches Inlet, Fire Island, New York, 11702, United States
Zip Code: 11702
 
Record
SN04895169-W 20180421/180419230616-868ad6349e8332e7d1260034b9bc1030 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.