SOURCES SOUGHT
Y -- PORT MONMOUTH, NJ HURRICANE AND STORM DAMAGE REDUCTION PROJECT FLOOD RISK MANAGEMENT COMPONENTS
- Notice Date
- 12/3/2015
- 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 York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-16-S-0005
- Archive Date
- 12/31/2015
- Point of Contact
- Orlando Nieves, Phone: 9177908078, ,
- E-Mail Address
-
orlando.nieves@usace.army.mil, NYDContracting@usace.army.mil
(orlando.nieves@usace.army.mil, NYDContracting@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 HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for contracts involving a vertical lift tide gate, levees, floodwalls, pump stations, road closure structures, road raising and regrading. 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 future procurements. If qualified firms do not respond to this Sources Sought notice, the construction contracts may be acquired under full and open competition. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACTS The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for construction of the flood risk management components of the Port Monmouth Hurricane and Storm Damage Reduction Project in Middletown Township, NJ. Multiple construction contracts are anticipated to be awarded. Contract 2 includes construction of a vertical lift tide gate structure and a 120-cfs pumping station across Pews Creek. The gate structure will contain two 24-foot wide by 20-foot tall vertical lift gates and will have a foundation at EL -14.0 NAVD 88 and operating platform at EL 42.0 NAVD 88. A third vertical lift gate will be stored at the site for use as a spare. The lift gates will be supported by a pile-founded, reinforced concrete structure consisting of a five-foot thick base and support piers. The gate will be operated by a motor-driven cable hoist system supported by the monolithic piers. A pumping station will be constructed along the west bank of Pews Creek and will consist of three 40-cfs pumps, pump bays, discharge chamber, sluice gates, flap valves, and trash rake system. A control building and a generator building will be constructed for the operation of the vertical lift gate and the pumping station. The control building will be nominal 11 feet wide by 29 feet long and will have a control room and an electrical room. The generator building will be nominal 21 feet wide by 27 feet long and will contain two back-up generators. Each building will be one-story high. An aboveground diesel storage tank will be installed between the generator building and the pumping station. On the west bank of Pews Creek, there will be a maintenance platform approximately 155 linear feet in length that will also serve as a levee. The maintenance area/levee will connect the existing Keansburg levee with the pumping station platform and will have 2.5:1 side slopes with a height that varies above the existing ground surface from EL +13.0 NAVD 88 at the existing Keansburg Levee up to an EL+15.0 NAVD 88 at the pumping station. On the east bank of Pews Creek, there will be 154 linear feet of sheet pile that will serve as a floodwall and will extend from the gate structure to high ground at Port Monmouth Road to the north. The levee and structures will be constructed in the dry, thereby requiring construction of a temporary cofferdam, dewatering, and construction of a temporary diversion channel for Pews Creek. Unsuitable material within the levee, pumping station, and gate structure footprint will need to be excavated and disposed of offsite. The estimated construction cost is more than $10 million. Award is projected in August 2016. Contract 3 includes construction of approximately 2,225 linear feet of concrete floodwall (T-wall section). The floodwall will vary in height up to 5-7 feet above the existing ground surface to elevation +13.0 ft NAVD 88. A drainage ditch will be constructed along the floodwall to convey interior drainage water to drainage outlet structures. Articulating cellular concrete blocks will be constructed in areas susceptible to toe scour during a storm and at areas at risk for erosion. There will be 415 linear feet of sheet pile splicing, averaging 6 feet in height, spliced onto an existing bulkhead along the marina. New sheet pile, totaling 23 linear feet, will tie-off into high ground. This contract includes installing a 32 feet long by 7.8 feet high steel roller gate closure structure across Old Port Monmouth Road. The road closure gate work includes installation of electric winches, lighting, and signage. The floodwalls and road closure gate will be supported on steel H-pile foundations and a sheetpile cutoff wall will extend beneath their base. Additional project features include utility relocations, stormwater pipes and structures, traffic control signs, sluice gate control chamber, fencing, guide rails, raiser pipes with check valves, soil erosion and sediment control measures and landscaping. The estimated construction cost is more than $10 million. Award is projected in May 2016. Contract 4 includes construction of approximately 2,950 linear feet of concrete floodwall (T-wall section). The floodwall will vary in height above the existing ground surface to elevation +13.0 ft NAVD 88. The floodwall tie-off to high ground will require regrading up to 580 linear feet of State Route 36 that is under NJDOT jurisdiction and regrading a property along Wilson Avenue. There will be 1,510 linear feet of levee having 2.5:1 side slopes with a height that varies above the existing ground surface to elevation +13.0 ft NAVD 88. The levee top width will be 10 feet wide and the entire levee section will be seeded with grass. A drainage ditch will be constructed along the levee/floodwall to convey interior drainage water to drainage outlet structures. This contract includes installing two steel roller gate closure structures across roadways. One road closure gate, 57 feet long by 8 feet high will be installed on Campbell Avenue. The other road closure gate, 35 feet long by 8 feet high, will be installed across Broadway. The road gate work includes installation of electric winches, lighting, and signage. The floodwalls and road closure gate will be supported on steel H-pile foundations and a sheetpile cutoff wall will extend beneath their base. The Henry Hudson Trail will be re-routed through Campbell Avenue. Utility relocations include overhead electric and telecommunications poles and lines, and underground water, gas, and sanitary sewer mains. Additional project features include fencing, soil erosion and sediment control measures and landscaping. The estimated construction cost is more than $10 million. Award is projected in November 2016. Contract 5 includes construction of 1,270 linear feet of concrete floodwall (T-wall section). The floodwall will vary in height above the existing ground surface to elevation +13.0 ft NAVD 88. There will be 2,345 linear feet of levee having 2.5:1 side slopes with a height above the existing ground surface that varies from elevation +13.0 ft to +13.5 ft NAVD 88. The levee top width will be 10 feet wide and the entire levee section will be seeded with grass. Along the levee section, a pump station will be constructed. The pump station will consist of a pump bay (approximately 28 feet by 54 feet), two 40 cfs pumps, discharge channel, sluice gates, flap valves, trash rack, debris screens, slide gates and a building. This approximately 15 feet wide by 50 feet long, one-story building will include a generator room and an electrical room, and will be located along the top of levee. The building will have lighting, power, heating and ventilation with a pumping controls system. An above ground diesel storage tank will be installed. A drainage ditch will be constructed along the levee/floodwall to convey interior drainage water to the pump station. The levee/floodwall will contain drainage structures consisting of manholes, drainage pipes, sluice gates and flap valves. Port Monmouth Road will be raised in elevation by about 6.5 feet over a distance of 785 linear feet. Retaining walls, totaling 690 linear feet will be constructed along the north and south sides of the raised road. The floodwalls, retaining walls and pump station control building will be supported on steel H-pile foundations and a sheetpile cutoff wall will extend beneath the base of the floodwalls and retaining walls. Utility relocations include overhead electric and telecommunications poles and lines, and underground water, gas, and sanitary sewer mains. Additional project features include fencing, soil erosion and sediment control measures and landscaping. The estimated construction cost is more than $10 million. Award is projected in November 2016. 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 firm w/ address, phone, and 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 HUB Zone 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 which, if any, of the contracts described above, your firm is willing to submit an offer for. If none, please explain why not. 5. Indicate if your firm would be bidding on these contracts 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: 1) Floodwall construction experience (T-walls with pile foundation) 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. 2) Levee 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. 3) Roller gate construction experience similar in nature to this project. Please describe the project, including the length and height of the gate, and for whom the work was performed. Identify a point of contact and phone number. 4) Vertical lift tide gate construction experience similar in nature to this project. Please describe the project, including the length and height of the gate, and for whom the work was performed. Identify a point of contact and phone number. 5) Pump station 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. 6) Dewatering 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. 7) The largest floodwall construction contracts (in dollar amounts) on which you were the prime contractor. 8) The largest levee construction contracts (in dollar amounts) on which you were the prime contractor. 9) The largest roller gate construction contracts (in dollar amounts) on which you were the prime contractor. 10) The largest tide gate construction contracts (in dollar amounts) on which you were the prime contractor. 11) The largest pump station construction contracts (in dollar amounts) on which you were the prime contractor 12) Experience with coordination of utility relocations including cable, fiber optic, telephone, electric, gas, sewer and water. Please describe the project and for whom the work was performed. Identify a point of contact and phone number. 13) Experience with deep underground (20+ feet deep) utility work. Please describe the project and for whom the work was performed. Identify a point of contact and phone number. 14) Experience with implementing traffic detours on State and County roads. Please describe the project and for whom the work was performed. Identify a point of contact and phone number. 15) Experience with NJDOT requirements for work on roads within their jurisdiction. If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number. 16) 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 (e.g., piping plovers) and threatened species (e.g., Seabeach Amaranth, bald eagles, osprey); Clean Air Act; Clean Water Act; etc. Please describe the project and for whom the work was performed. Identify a point of contact and phone number. 17) Type of heavy construction equipment do 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 Limitation of Subcontracting that pertains 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 Setasides). 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: Orlando Nieves, Contract Specialist. CENANCT, 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 in the 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-16-S-0005/listing.html)
- Place of Performance
- Address: Middletown Township, Monmouth County, New Jersey, 07748, United States
- Zip Code: 07748
- Zip Code: 07748
- Record
- SN03960240-W 20151205/151203234636-1906faa31a31c106f49521a733a34af7 (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 |