Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2025 SAM #8574
SOURCES SOUGHT

Y -- FIMI 3D Well Relocation Construction

Notice Date
5/16/2025 9:07:50 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS25S0045
 
Response Due
6/1/2025 11:00:00 AM
 
Archive Date
06/16/2025
 
Point of Contact
Michael McCue
 
E-Mail Address
michael.l.mccue@usace.army.mil
(michael.l.mccue@usace.army.mil)
 
Description
Sources Sought Notice � FIRE ISLAND TO MONTAUK POINT (FIMP) - Sandy Program Solicitation Number: W912xxxxx NAICS Code: 237110 Water and Sewer Line and Related Structures Construction Contractors Contracting Office Address: U.S. Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, N.Y. 10278-0090 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. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. The purpose of this announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry including Large Business and the Small Business Community to include but not limited to Small Business, Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business and Service-Disabled Veteran-Owned Small Business (SDVOSB), for coastal storm risk management for the relocation of a municipal water supply well on Fire Island. The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform construction of the FIMI Contract 3D (Well & Pump House): The new well and pump house of FIMI Contract 3D will be located in the Village of Ocean Beach, Fire island, Town of Islip, Suffolk County, NY. Work will include: a 1,000 gpm deep well turbine pump will be installed at the well and a wood-framed pumphouse will be constructed to shelter the pump discharge head, electric motor, flow meter, piping, valves, and electric switchgear. The pumphouse will sit on a reinforced concrete foundation and a concrete driveway will be installed. A manual transfer switch and receptacle for connection to an on-site generator will be provided. A discharge pipe will be constructed to deliver raw water from the proposed well to the existing treatment facility. After treatment, well water will be connected to the distribution piping. The period of performance for this project is approximately 540 calendar days total, Optional CLINS can be awarded 180 calendar days from the Notice to Proceed date. The specifications will be posted electronically via the Sam.gov website. The applicable North American Industry Classification System (NAICS) code is 237110 for Water and Sewer Line and Related Structures Construction. The magnitude of this construction is estimated to cost between $1,000,000 and $6,000,000 total. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT This project will be open to all bidders. It is anticipated that the plans and specifications will be posted electronically on or about 05 July 2025 via Sam.gov website with a bid opening approximately 30 days later. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the Sam.gov web-site for any amendments. Bidders are required to be registered in the Central Contractor Registry (see www.ccr.gov). Award will be made to the lowest responsible bidder. 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 items. At the end of this survey you will be asked to provide your comments. Offerors response to this Synopsis shall be limited to 20 pages. Name of responding firm with address, phone number, fax number, point of contact and email address. Identification and verification of the company as a: a. Small or large business firm as defined by SBA, or b. Certified HUBZone firm, or c. Service-Disabled Veteran Owned Small Business (SDVOSB) firm, or d. SBA certified 8(a) firms serviced by SBA districts located within Region I-New England, Region II-Atlantic, and Region III-Mid Atlantic e. Women Owned Small Business f. Offerors Joint Venture information if applicable � existing. A CAGE Code and DUNS Number for the firm. Statement of Interest: Please indicate if your firm is willing to submit an offer for the contract described above. If not, please explain why not. Indicate if your firm would be bidding on this contract as a sole contractor, prime contractor with subcontractor(s), or as a joint venture. Indicate if there is a dollar limit on the size contract that you would bid. Indicate Bonding Capacity: per contract and total bonding capacity. Do you believe 237110 ""Water and Sewer Line and Related Structures Construction Contractors� is the correct NAICS code for this work? If not, please suggest another NAICS code for consideration. Qualification Criteria: Responses to this sources sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Include: a. Experience with installing and maintaining municipal water systems. The information submitted will be considered in the development of the acquisition strategy to support this program. Limit experience submittals to no more than three independent projects. b. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed. c. Type of heavy construction equipment 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. d. The interested contractor should list the percentage and type of work that they will self-perform. Interested responders should refer to the following FAR Clauses to see the Limitations on Subcontracting that pertain to specific set-asides: FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides). FAR 52.219-3 (Pertains to HUBZone Setasides).FAR 52.219-27 (Pertains to Service-Disabled Veteran-Owned Small Business Set-asides). FAR 52.219-30 (Pertains to Women-Owned Small Business Set-Asides). 10. Contractor's 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 synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. Firms should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Firms responding to this sources sought announcement, 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 sources sought announcement. Submit by email three (3) Survey Questionnaires to: All interested businesses should submit their responses in writing by e-mail. The due date for responses is 14 days from this announcement Send responses to: Michael McCue, Michael.L.McCue@usace.army.mil This 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 synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. Point of Contact E-mail your questions to US Army Engineer District, New York at Michael.L.McCue@usace.army.mil Place of Performance The Village of Ocean Beach, Fire Island, Town of Islip, Suffolk County, NY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5838e735dbfb46bd97d3a9b0114aa6a7/view)
 
Place of Performance
Address: Ocean Beach, NY 11770, USA
Zip Code: 11770
Country: USA
 
Record
SN07446546-F 20250518/250516230050 (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.