Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SOLICITATION NOTICE

Y -- IFB Solicitation: SOUTH SHORE OF STATEN ISLAND, AREA E, New York, Hurricane Sandy Coastal Storm Risk Management Project

Notice Date
1/17/2024 10:36:53 AM
 
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
W912DS24B0002
 
Response Due
2/29/2024 11:00:00 AM
 
Archive Date
03/15/2024
 
Point of Contact
Ivan V. Damaso, Rito P. Sabanal
 
E-Mail Address
ivan.d.damaso@usace.army.mil, rito.p.sabanal@usace.army.mil
(ivan.d.damaso@usace.army.mil, rito.p.sabanal@usace.army.mil)
 
Description
USACE New York District (CENAN) is executing the construction of the SOUTH SHORE OF STATEN ISLAND, AREA E, New York, Hurricane Sandy Coastal Storm Risk Management Project Construction of the South Shore of Staten Island (SSSI) Coastal Storm Risk Management Project in Richmond County, NY will provide critical coastal storm risk management to the most highly vulnerable communities of Staten Island. The project alignment spans 5.3 miles along the Raritan Bay from Fort Wadsworth to Oakwood Beach. The alignment generally consists of three typical structures: 3,400 feet of earthen levee, 2,100 feet of floodwall, and 22,700 feet of buried seawall. These structures are supplemented by interior drainage improvements including excavated ponds, road raisings and new tide gates and other gate chamber and culvert structures. The subject procurement W912DS24B0002 is the first construction portion of several elements necessary for construction of the overall project.� Staten Island Interior Drainage Area E Contract includes the following: Construction of large interior drainage ponds (detention basins) connected with an open channel culvert, various stormwater drainage structures including, box culverts, junction chambers, sluice gates, weir chambers, flap gates, and inlets for future stormwater inlets, and relocation of existing sanitary sewers. This acquisition will be a Firm-Fixed Price construction contract to be solicited on an UNRESTRICTED basis via Invitation for Bids (IFB) and will be posted on SAM.gov. North American Industrial Classification Standard (NAICS) Code 237990 - Other Heavy and Civil Engineering Construction will be utilized. The magnitude of construction cost is between $100 Million to $175 Million. It is anticipated that the IFB solicitation will be issued on or about early to mid December 2023 and the bids will be due on or about 30 days later. The period of performance for this project is 1,279 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the System for Award Management (SAM) website at https://sam.gov/. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 16-300, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email, fax, or mail 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 the System for Award Management (SAM), located at https://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 website at https://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 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 mandates 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 Ivan V. Damaso, contract specialist, U.S. Army Corps of Engineers, New York District, Room 16-300, 26 Federal Plaza, New York, NY 10278-0090. Email:� ivan.d.damaso@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/712756818dac4507a31788bd7243383f/view)
 
Place of Performance
Address: Staten Island, NY, USA
Country: USA
 
Record
SN06937154-F 20240119/240117230042 (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.