SOLICITATION NOTICE
Z -- Dredge Multiple Sites Sector Long Island Sound FY26
- Notice Date
- 5/29/2025 6:44:50 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- CEU PROVIDENCE(000G1) WARWICK RI 02886 USA
- ZIP Code
- 02886
- Solicitation Number
- 70Z0G125BSSNE0138
- Response Due
- 7/13/2025 11:00:00 AM
- Archive Date
- 09/30/2025
- Point of Contact
- Nadine Provost, Contract Specialist, Phone: 4017361766, Simon W. Leung, Contracting Officer, Phone: 4017361785
- E-Mail Address
-
Nadine.M.Provost@uscg.mil, simon.w.leung@uscg.mil
(Nadine.M.Provost@uscg.mil, simon.w.leung@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The project includes two (2) base bid items (BBIs) as summarized below. Base Bid Item #1: Provide all supervision, labor, equipment, and materials necessary to perform maintenance dredging of the boat basin and entrance channel at U.S. Coast Guard STA Jones Beach. The dredge volume is estimated to be approximately 10,500 cubic yards (CY), with material consisting of silt and sand. The contractor shall complete work using mechanical dredging techniques to the horizontal and vertical limits shown on the Drawings. The contractor shall construct a Confined Dewatering Facility (CDF) at the upland location shown to temporarily dewater dredged material. The CDF shall consist of a bermed, straw bale, and/or silt fence perimeter and include a pipe outlet sediment trap for return flow water and a stabilized construction access way. Once suitably dewatered, the contractor shall transport dredged material to a state-approved upland disposal facility. The Contractor is responsible for identifying and retaining a disposal facility to accept the dredged material for final disposal. After dredging is completed, the contractor shall dismantle the CDF and all other temporary facilities and restore the area to its previous condition and elevation and place loam and seed. The contractor shall complete all work in accordance with the contract documents and the Federal, State, and local regulatory permits received for the project. All in-water work shall be completed within the permitted October 1 to December 31 dredge window. Base Bid Item #2: Provide all supervision, labor, equipment, and materials to perform maintenance dredging of the boat basin and entrance channel at U.S. Coast Guard STA Shinnecock. The dredge volume is estimated to be approximately 5,800 CY, with material consisting of silt and sand. The contractor shall complete work using mechanical dredging techniques to the horizontal and vertical limits shown on the Drawings. The contractor shall construct a CDF at the upland location shown to temporarily dewater dredged material. The CDF shall consist of a bermed, straw bale, and/or silt fence perimeter and include a pipe outlet sediment trap for return flow water and a stabilized construction access way. Once suitably dewatered, the contractor shall transport dredged material to a state-approved upland disposal facility. The Contractor is responsible for identifying and retaining a disposal facility to accept the dredged material for final disposal. After dredging is completed, the contractor shall dismantle the CDF and all other temporary facilities and restore the area to its previous condition and elevation and place loam and seed. The contractor shall complete all work in accordance with the contract documents and the Federal, State, and local regulatory permits received for the project. All in-water work shall be completed within the permitted October 1 to December 31 dredge window. The estimated value of the procurement is between $1,000,000 and $5,000,000. Performance and Payment bonds will be required. Solicitation packages will be available on or about 13 June 2025. The tentative date set for receipt of bids is scheduled for 15 July 2025 at 2:00 pm. The applicable North American Industry Classification System (NAICS) code is 237990, Dredging and Surface Cleanup Activities, with a small business size standard of $37.0 Million. This acquisition is issued pursuant to FAR Part 14 Sealed Bidding and is 100% Set-Aside for Small Business concerns. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue at the following site: https://beta.sam.gov. To receive immediate notification of all changes posted electronically, vendors should click on �Register to Receive Notification�. All vendors interested in teaming or subcontracting for this solicitation, should click on �Register as Interested Vendor�. In order to view a list of interested vendors, interested parties should click on �View List of Interested Vendors�. A list of interested vendors is only available by registering electronically for this solicitation. Vendors MUST be registered in the System for Award Management database through https://www.SAM.gov in order to receive a federal government contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ffc06f15b1524a2e98cb576012a5c0ca/view)
- Place of Performance
- Address: Freeport, NY 11520, USA
- Zip Code: 11520
- Country: USA
- Zip Code: 11520
- Record
- SN07459630-F 20250531/250529230047 (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 |