Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOURCES SOUGHT

Y -- Maintenance Dredging of East Rockaway Inlet, NY Federal Navigation Project

Notice Date
1/15/2025 9:56:15 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS25S0014
 
Response Due
1/30/2025 11:00:00 AM
 
Archive Date
02/14/2025
 
Point of Contact
Orlando Nieves, Nicholas P. Emanuel
 
E-Mail Address
orlando.nieves@usace.army.mil, nicholas.p.emanuel@usace.army.mil
(orlando.nieves@usace.army.mil, nicholas.p.emanuel@usace.army.mil)
 
Description
Background Information The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform maintenance dredging of East Rockaway Inlet, New York Federal Navigation Project. The sand would be dredged from the Inlet and subsequently placed along the Far Rockaway, NY Beach shoreline per the plans and specifications. The proposed maintenance dredging would remove approximately 450,000 cubic yards of sand from the East Rockaway Inlet and Deposition Basins. Dredging would be required to a depth of -14 feet Mean Lower Low Water (MLLW) plus 2 feet allowable over-depth. The dredged material is greater than 90% sand. The proposed work is anticipated to be performed by utilizing a hydraulic dredge. Additionally, barges, tugboats, pipeline and land-based equipment such as dozers, will be needed to perform the work during the dredging and placement activities. The dredging and placement along the shoreline would be required to meet all federal, state, and local criteria required by the government agencies having jurisdiction where the dredging and placement sites are located. Once the contract is awarded, the contractor will be required to commence work within five (5) calendar days after the date of receipt by him of the notice to proceed and maintain an integrated production rate of at least 12,000 cubic yards per calendar day for the dredging and placement of the dredged sand. The presence of dredging equipment in the channel will impact ship traffic, and it is necessary to maintain this production rate while minimizing the duration of this impact. The proposed work is anticipated to take place in the fall/winter of 2025/2026. The project magnitude is estimated between $10,000,000.00 and $15,000,000.00. SURVEY OF THE DREDGING INDUSTRY The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors� project execution capabilities. Please provide your response to the following questions. All interested businesses should submit their responses in writing by e-mail. The due date for responses is approx. 14 days from this announcement. E-Mail responses to: orlando.nieves@usace.army.mil General Have you ever worked on dredging jobs similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, as a reference of relevant experience What percentage of work (volume of material dredged and placed) can you perform with your own equipment or equipment owned by another dredging contractor? Have you performed dredging along the south shore of Queens and Long Island, New York? Would you be willing to bid on the project described? If the answer is No, please explain why not? Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? What is the largest dredging contract, in dollars, on which you were the prime contractor? What is your bonding capacity per contract? What is your total bonding capacity? On previous projects, do you have experience in completing environmental monitoring of endangered species? If so, was such work contracted to a company that specializes in such environmental work? Are you familiar with the USACE EM 385-1-1 (15 March 2024) and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes. Use of USACE Resident Management System (RMS 3.0) will be required for this dredging contract. Do you have experience using the USACE Resident Management System (RMS 3.0) for delivering Submittals, Daily Dredging reports and Pay Estimates? Equipment 12. What type of dredge equipment do you own and / or operate that is suitable for the work described? Do you own a hydraulic dredge? Please list each piece of equipment capable of performing dredging and pumping sand with beach placement and grading, i.e., dredges, discharge pipeline (specify quantity in linear feet), dozers, front end loaders, forklifts, and/or other equipment needed for beach placement and / or grading the beach as necessary. For each dredge that you list, please specify its size, horsepower, and any other salient characteristics. 13. What length and size of discharge pipeline do you have available for use? Do you own the discharge pipeline? 14. Do you have experience with beach placement and grading of dredged material? 15. Will you be able to meet a production rate of 12,000 cubic yards per calendar day and complete all work? This 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. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/889aa547a41d4eb4b2fd8117116641e1/view)
 
Place of Performance
Address: East Rockaway, NY, USA
Country: USA
 
Record
SN07314358-F 20250117/250115230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.