Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

Y -- Rockaway Beach Erosion Control Features, Atlantic Coast of New York City, Contract 1, Groin, East Rockaway Inlet to Rockaway Inlet and Jamaica Bay, New York

Notice Date
4/1/2020 11:19:23 AM
 
Notice Type
Solicitation
 
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
W912DS-20-B-0004
 
Response Due
4/14/2020 11:00:00 AM
 
Archive Date
06/30/2020
 
Point of Contact
Nicole C. Fauntleroy, Phone: 9177906139, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
nicole.fauntleroy@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(nicole.fauntleroy@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New York District hereby issues an invitation for Bid for�the construction of the East Rockaway Inlet to Rockaway Inlet and Jamaica Bay, New York Hurricane Sandy Coastal Storm Risk Reduction Project. The subject procurement is the first of many elements of the overall project, and consists of fourteen (14) new stone groin structures and five (5) groin rehabilitations constructed for the purpose of coastal storm risk reduction and erosion control. The Western groin field consists of twelve (12) new groins from B. 145th Street to B. 92nd Street and one (1) groin rehabilitations at B. 149th Street. The Eastern groin field consists of two (2) new groins, one at B. 52nd Street and the other at B. 32nd Street. It will also consists of four (4) groin rehabilitations between B. 45th Street and B. 36th Street. The typical groin section includes a seaward head section, a landward trunk section, and a 50 foot transition section between the head and truck sections. All sections are composed of three layers of stone: armor, core, and bedding. The armor layer is comprised of minimum two layers of ten (10) ton rock at the head sections and five (5) ton rock at the trunk section with structure side slopes varying from one (1) vertical on three (3) horizontal at the head section to one (1) vertical on two (2) horizontal at the trunk section. A 200 pound median size rock is used for both the core and bedding layers. The structures� crest (top) elevations and widths range from +8.0 feet North American Vertical Datum (NAVD), 15 feet wide at the trunk sections to +5.0 feet NAVD, 20 feet wide at the head sections. Excavation and reuse of existing stone will be accomplished for the groin rehabilitations, and new stone will be needed for both the new stone groins and the groin rehabilitations. This contract includes placement of approximately 265,000 tons of 10-ton rock armor, 75,000 tons of 5-ton armor, and 22,000 tons of core and bedding stone. It also includes approximately 30,000 cubic yards of rock excavation, 350,000 cubic yards of sand excavation, and two timber groin removal, approximately 300 ft in length each. 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 to prosecute said work diligently and to complete the basic work ready for use not later than 1460 calendar days after the receipt by him of the Notice To Proceed (NTP). � The work is estimated to cost between $100,000,000.00 and $250,000,000.00.� This is an unrestricted Procurement. Plans and Specs are available�� 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. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the Beta.Sam website http://www.beta.sam. Check Beta.Sam frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Contract Performance Assessment Reporting System (CPARS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CPARS is located at: https://www.cpars.gov/index.htm. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Floor Area 16-300, New York, NY 10278-0090. E-mail: Nicole.C.Fauntleroy@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/26bdcbfc12a747619e85b8ee535b3bf7/view)
 
Place of Performance
Address: NY, USA
Country: USA
 
Record
SN05607163-F 20200403/200401230144 (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  © 1994-2020, Loren Data Corp.