SOLICITATION NOTICE
Y -- Port Monmouth, NJ Hurricane and Storm Damage Reduction Project - Flood Risk Management Components - Phase II, Contract 4
- Notice Date
- 7/7/2017
- Notice Type
- Presolicitation
- 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-17-B-0007
- Archive Date
- 9/30/2017
- Point of Contact
- Ivan V. Damaso, Phone: 9177908176
- E-Mail Address
-
ivan.v.damaso2@usace.army.mil
(ivan.v.damaso2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Port Monmouth, NJ Hurricane and Storm Damage Reduction Project - Flood Risk Management Components - Phase II, Contract 4. Contract 4 includes construction of approximately 3,871 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 of State Route 36 that is under NJDOT jurisdiction (80 linear feet on the northbound side and 105 linear feet on the southbound side) and regrading a property along Wilson Avenue. There will be about 1,080 linear feet of levee having 2.5:1 side slopes with a height that varies above the existing ground surface to maximum elevation +13.5 ft NAVD 88. The levee top width will be 10 feet wide and the entire levee section will be seeded with grass. Drainage swales 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 8.9 feet high, will be installed on Campbell Avenue. The other road closure gate, 35 feet long by 7.8 feet high, will be installed across Broadway. The road gate work includes installation of electric winches, lighting, and signage. The floodwalls and road closure gates will be supported on steel H-pile foundations and a sheet pile cutoff wall will extend beneath their base. The estimated pile lengths range from 50 to 100 feet. Pile splicing may be required. 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. This work will be accomplished as part of a base bid contract with options. The estimated construction magnitude cost is between $25 and $50 million. Award is projected in August 2017. The performance period shall be approximately 730 calendar days from the issuance of the Notice to Proceed (NTP). The NAICS code is 237990. Anticipate the plans and specifications to be posted electronically on or about 24 July 2017 via the Federal Business Opportunities website at www.fbo.gov, with a bid opening on 24 August 2017 at 2:00pm in New York. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the FedBizOpps web-site for any amendments. Bidders are required to be registered in the System for Award Management (SAM) www.sam.gov. Award will be made to the lowest responsible bidder. The bid opening will be held at 26 Federal Plaza, New York, NY; the exact location will be included in the solicitation. All questions must be submitted in writing via email, fax, or mail to the POC indicated herein. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Telephone, email or fax requests for the solicitation will not be accepted or honored. Paper copies of this solicitation and amendments, if any, will not be available or issued. Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the solicitation is issued. Interested parties may download and print the solicitation at no charge from the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. All vendors who want access to the solicitation must be registered System for Award Management (SAM) located at www.sam.gov, and FedBizOpps. To keep informed of changes, check https://www.fbo.gov frequently. Some contractor tools are as follows; 1. Register to receive notification, and 2. Subscribe to the mailing list for specific solicitation at FedBizOpps https://www.fbo.gov. A hyperlink posted in FedBizOpps will direct vendors to FedBizOpps to download solicitations, plans, specification and amendments. Project specification files and drawings are portable document files (PDF). Prospective contractors must be registered in www.sam.gov prior to award. Lack of registration in SAM will make an offeror ineligible to download the solicitation for award. Direct all contracting questions to the Contract Specialist, Ivan V. Damaso, by e-mail at ivan.v.damaso2@usace.army.mil. Contracting Office Address: U.S. Army Corps of Engineers, New York District, Room 1843, 26 Federal Plaza, New York, NY 10278-0090
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-B-0007/listing.html)
- Record
- SN04571476-W 20170709/170707235655-a4f2c86dc7017cc5236524ec47ba3fe6 (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 |