Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
MODIFICATION

Y -- RECOVERY--Y--PROJECT NUMBER 145191, Orient Harbor, Southold, NY Market Research for Shoreline Projections Project, Orient Harbor, NY.

Notice Date
7/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-10-SS-0014
 
Response Due
7/9/2010
 
Archive Date
9/9/2011
 
Point of Contact
Jason L Parker, Phone: 9177908080
 
E-Mail Address
jason.l.parker@usace.army.mil
(jason.l.parker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION. The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a) Small Business firms serviced by SBA districts located within New York, New Jersey, and Pennsylvania, certified HUB Zone Small Business firms, and Service-Disabled Veteran-Owned Small Business firms (SDVOSB), for work on a stone seawall construction contract. The NAICS Code is 237990 Other Heavy and Civil Engineering Construction with a size standard of $33.5 Million. No awards will be made from the responses to this Market Survey. Responses are due NO Later than 2:00 PM Eastern Standard Time (EST) 12 July, 2010. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for construction of an extension of a stone seawall in the Town of Southold, NY adjacent to State Route 25. The stone seawall will serve to stabilize the road embankment by preventing erosion or loss of fill material due to elevated water levels and wave actions. The stone seawall will run parallel to State Route 25 for approximately 360 linear feet, armoring the slope from approximate elevation -5.0 to +7.5 NAVD, from the end of an existing seawall eastward. It will be comprised of an extension to an existing concrete encasement and a rubble mound cross section overlay on geotextile armoring the existing slope Maximum armor stone size is approximately 4500 lbs. Excavation will include removal of stone and hard material as well as sand and gravel and will extend below mean high water. Additional services include constructing guide rail, new and repairing pavement, a no parking sign, obtaining a NYSDOT highway work permit and obtaining the services of a New York State Licensed Professional Engineer to prepare and sign a vehicular and other traffic control plan. Construction cost is in the range of $1,000,000 to $5,000,000. OPERATIONAL CONSTRAINTS The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. The Contractor will be required to coordinate with all involved utilities concerning the utility relocation detailed designs and phasing. The Contractor shall prepare and submit a site-specific safety and health plan to the government for approval prior to mobilization. SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors project execution capabilities. Please provide your response to the following questions. At the end of this survey you will be asked to provide your comments. General 1) Have you ever worked on the construction of a stone seawall similar in nature to this project? If so, please describe the project, including the length, elevation and stone size of the stone sea wall and for whom the work was performed. Identify a point of contact and phone number. 2) Have you ever worked on construction at or below the tidal zone similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number. 3) Would you be willing to bid on the project described above? If the answer is No, please explain why not? 4) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 5) Is there a dollar limit on the size contract that you would bid? 6) What are the largest stone seawall construction contracts (in dollar amounts) on which you were the prime contractor? 7) What is your bonding capacity per contract? What is your total bonding capacity? 8) What experience do you have with coordination of utility relocations including cable, electric, fiber optic, gas, sewer and water? 9) What experience do you have with coordination with NYSDOT in obtaining a highway work permit? 10) What experience do you have with obtaining the services of a New York State Licensed Professional Engineer to prepare and sign a vehicular and other traffic control plan? 11) Is your company a small or large business as defined by the SBA? Are you classified as a certified 8(a) Small Business firms serviced by SBA districts located within New York, New Jersey, and Pennsylvania, certified HUB Zone Small Business firms, and Service-Disabled Veteran-Owned Small Business firms (SDVOSB)? Equipment 12) What type of heavy construction equipment do you own and/or operate that is suitable for the work described? For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics. 13) Contractors Comments or Recommendations Please provide, if any. Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This Market Survey neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government should not construe this Market Survey as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Responses to this Market Survey will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, if the Government still plans to proceed with this acquisition in a competitive nature a solicitation announcement will be published in the Federal Business Opportunity for the respective project. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to solicitation announcement at a later time if a competitive acquisition is pursued. This notice is to assist the New York District, Corps of Engineers in determining potential sources and if a competitive procurement should be initiated. Depending on the interest and capability demonstrated by the industry the Government may enter into a sole source contract with one or more Contractors. The following information is required: 1. Name of firm w/address, phone, fax number, point of contact and email address. 2. Provide DUNS number and CAGE Code. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HubZone Small Business, Service-Disabled Veteran Owned Small Business. 4. Please indicate whether your firm will submit an offer for this project, if this project is set-aside for 8(a), HubZone Small Business, or Service-Disabled Veteran-Owned Small Business. 5. Qualification Criteria: Responses to this Market Survey shall provide information that indicates the contractor has the experience to perform the work as specified under SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY. Firms responding to this Market Survey, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this Market Survey. Prospective contractors are encouraged to review this announcement and submit all required correspondence to the US Army Corps of Engineers Contract Division, RM 1843, 26 Federal Plaza, New York, NY 10278. The Contract Specialist is Jason L Parker. He may be reached by phone at (917) 790-8080 or fax at (212) 264-3013. Questions may be directed to the following email address jason.l.parker@usace.army.mil. For technical questions, please contact Elena Manno at (917) 790-8371.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-SS-0014/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02198909-W 20100709/100707235515-2162cb15083651ea9102b230d0e37117 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.