Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2014 FBO #4471
SOURCES SOUGHT

38 -- Construction Services for Repairs to the East Jetty, Block Island Harbor of Refuge, Block Island, RI.

Notice Date
2/18/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W5J9JE14X0008
 
Response Due
3/11/2014
 
Archive Date
4/19/2014
 
Point of Contact
Susan Dunnagan, 978-318-8060
 
E-Mail Address
USACE District, New England
(susan.k.dunnagan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for a construction project for Repairs to the East Jetty at Block Island Harbor of refuge, Block Island, Rhode Island to determine interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned and Small Business concerns. Work is expected to begin in October 2014 and all work, including site restoration, must be completed by March 31, 2015. The estimated construction cost is between $1,000,000 and $5,000,000. Block Island Harbor of Refuge is located on the east side of Block Island, RI about 13 miles southwest of Point Judith Harbor, Rhode Island, and about 25 miles southeast of Stonington Harbor, Connecticut. The proposed work involves repairing those sections of the east breakwater that were damaged by Hurricane Sandy in late October 2012 and will involve mobilizing heavy construction equipment, large armor stone, and other project materials to Block Island by water. The repair work will involve reconstructing the breakwater to pre-storm conditions including side slopes and crest height. Although equipment and materials will be delivered to the site via water, it is expected that the repair work will be largely conducted from the crest and within the foot-print of the existing structure. The quantity of stone to be placed is currently estimated to include approximately 2400 tons. A fairly large amount of displaced stone is expected to be recovered from the site adjacent to the breakwater, especially near the trunk and head of the structure. New stone will also be required and that stone will be brought from offsite sources. The existing stone size of the structure varies widely and new stone needed to repair the structure is expected to range in size on the trunk (middle) from 10-14 tons and on the head (tip) from 18-22 tons. Various sections of the breakwater will require quote mark dismantling quote mark prior to rebuilding with new stone so that pre-storm elevations and side slopes can be matched and the very large armor stone can be properly aligned and interlocked. Work is expected to commence just after October 1, 2014 and be completed NLT March 31, 2015. Interested firms should submit a capabilities package to include the following: business classification (i.e. small business) as well as demonstrating qualifications and experience with performing at least 3 projects involving construction/repair of similar massive stone structures such as seawalls, stone breakwaters, and jetties. Responses are due March 11, 2014 by 5:00pm EST. Responses should also include experience of Foreman and Crane Operators working on massive stone structures. Subcontractors may be used to demonstrate this past experience. Proof of bonding capability is required. Responses are limited to twenty pages. Responses should be emailed to Susan Dunnagan at Susan.K.Dunnagan@usace.army.mil. Contact her at 978-318-8060 with questions. Interested firms shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This 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/W5J9JE14X0008/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN03290158-W 20140220/140218234219-7cac1737fb201bcf7bb5785349e9c591 (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.