Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2024 SAM #8237
SOLICITATION NOTICE

Y -- Renourishment of Fire Island Inlet to Montauk Point (FIMP) � Contract 4: Westhampton and Cupsogue Bay Side CPF

Notice Date
6/14/2024 6:42:11 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
W912DS24B0021
 
Response Due
7/1/2024 11:00:00 AM
 
Archive Date
07/16/2024
 
Point of Contact
Michael McCue, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
michael.l.mccue@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(michael.l.mccue@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bid (IFB) for renourishment work for the repair and restoration of the Fire Island Inlet to Montauk Point (FIMP) � Contract 4: Westhampton and Cupsogue Bay Side CPF.� The project solicitation will be unrestricted full and open competition with HUBZone preference. Work includes repair of the project to the original design (FIMI 3B2) and advance fill template with approximately 1,000,000 to 1,300,000 cubic yards of material will be dredged from offshore borrow sites and placed following a berm and dune template, tying into existing conditions. No sand fencing or dune planting are expected based on current plans. Changes in conditions may result in changes. All necessary permits required for the dredging and dredged material placement will be provided by the Government. The Contractor will be required to meet all conditions pertaining to dredging and dredge material placement as specified in these permits.� Water Quality Certification restrictions prohibit performing any in-water dredging work earlier than August 15th or later than October 31st.� The Contractor will be required to commence work within five (5) calendar days after receipt of the Notice to Proceed and shall prosecute work diligently to substantially complete all work within the time periods provided.� The specifications will be posted electronically via the Contract Opportunities website at https://sam.gov/. The applicable North American Industry Classification System (NAICS) code is 237990 for Other Heavy and Civil Engineering Construction. The work is estimated to cost between $25,000,000.00 and $50,000,000.00.� Plans and Specifications for the subject project will be available 29 June 2024, with bid opening on/about 29 July 2024. �It is the intention of the Government to award on 09 August 2024 and issue the NTP on/about 9 September 2024. 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 DFARS252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located athttps://www.sam.gov/portal/public/SAM/, and Contract Opportunities, 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 Contract Opportunities 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 36.3and 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 athttp://www.cpars.csd.disa.mil. Point of Contacts are Michael McCue and Nicholas Emanuel, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, New York, NY 10278-0090. Phone: 917-790-8121 Email: michael.l.mccue@usace.army.mil & Nicholas.P.Emanuel@u
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4cf696fcc6704492b31cc612bffcde6f/view)
 
Record
SN07098155-F 20240616/240614230124 (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.