Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

Z -- Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 2 Project

Notice Date
6/1/2022 12:56:54 PM
 
Notice Type
Presolicitation
 
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
W912DS22S0033
 
Response Due
6/16/2022 11:00:00 AM
 
Point of Contact
Michael McCue
 
E-Mail Address
michael.l.mccue@usace.army.mil
(michael.l.mccue@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) solicitation package seeking to award a firm fixed price contract for the construction of the Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 2 - Dredging Moriches and Shinnecock Inlets. The project will reduce storm damages from coastal erosion and flooding through sand-bypassing from Moriches and Shinnecock Inlets downdrift and for one environmental coastal process feature. The overall project area centers on the ocean shoreline immediately downdrift of Moriches Inlet (Smith Point County Park), Moriches Inlet and vicinity, on the ocean shoreline immediately downdrift of Shinnecock Inlet (called West of Shinnecock Inlet), Shinnecock Inlet and vicinity, and on the bay shoreline in Smith Point County Park (in the vicinity of Pattersquash Island).� The project location is within the Town of Brookhaven.� The scope of work for this solicitation includes the following:� Dredging and placement of sand along Atlantic Shoreline of Fire Island from the Moriches Inlet on the West to the Shinnecock Inlet. Approximately 300,000 cubic yards of material total will be dredged from Moriches and Shinnecock inlet navigation channels, deposition basins, and ebb shoal areas, and placed on down drift beaches with a berm elevation of +8.5ft NAVD88. There is one Coastal Process Feature (CPF) located on the bay side of Smith Point County Park; this feature will consist of devegetating, excavating and regrading a ~25 acre site. The magnitude of this contract is between $25 million and $100 million.� Duration of construction will be approximately 6 months after Notice to Proceed. Notice to Proceed is anticipated to occur approximately in Summer of 2022. This project will be competed using full and open Unrestricted competition. It is anticipated that an IFB will be issued in June 2022 and the Bids will be due on or about 30 days later. The Specifications will be posted electronically via the Contract Opportunities at SAM.gov. The applicable North American Industry Classification System (NAICS) code is 237990, Other Heavy and Civil Engineering Construction.�� The Small Business size standard for this code is $27.5 million. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room� 16- 300, 26 Federal Plaza, New York, NY 10278-0090.� All questions must be submitted in writing via email to the Contract Specialist.� The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is 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/, and Contract Opportunities, located at https://www.SAM.gov/, in order to safeguard acquisition related information for all federal agencies. Interested parties may download and print the solicitation at no charge from the Contract Opportunities website at https://www.SAM.gov/. 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 Federal Acquisition Regulations (FAR) Part 36 require 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 Construction Contractor Appraisal Support System (CCASS) 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. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil. Point of Contact is Michael McCue, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16-300, New York, NY 10278-0090. Email: michael.l.mccue@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/459883208ba744d99bbb9771152f0299/view)
 
Place of Performance
Address: Babylon, NY 11702, USA
Zip Code: 11702
Country: USA
 
Record
SN06344043-F 20220603/220601230105 (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.