Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2014 FBO #4501
SOURCES SOUGHT

Z -- Shoreline stone revetment at Camp Cronin fishing area in Narragansett, RI, & emergency repairs to adjacent East Shore Arm Breakwater of the Point Judith Harbor of Refuge Federal Navigation Project, also in Narragansett, RI

Notice Date
3/20/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-14-X-0012
 
Response Due
4/10/2014
 
Archive Date
5/19/2014
 
Point of Contact
KImberly Pumyea, 978 318 8720
 
E-Mail Address
USACE District, New England
(kimberly.b.pumyea@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a construction project at the Point Judith, Rhode Island Harbor of Refuge in Narragansett, Rhode Island to determine the interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran Owned and Small Business concerns as described below. The NAICS code for this procurement is 237990. The estimated construction cost is between $10,000,000.00 and $15,000,000.00. The project is planned to be issued on or about May 2014 and is expected to take about fifteen months. The project scope of work consists of constructing an ocean shoreline stone revetment at the Camp Cronin fishing area in Narragansett, Rhode Island, and constructing emergency repairs to the adjacent East Shore Arm Breakwater of the Point Judith Harbor of Refuge Federal Navigation Project, also in Narragansett, Rhode Island. The existing shoreline and breakwater were both damaged during Hurricane Sandy in October 2012. The shoreline revetment work tasks to construct the revetment involve excavation; furnishing and placing gravel bedding, stone filter materials, underlayer stone (up to 2,600 pounds in weight per stone), 2 ton stone (up to 2.2 tons in weight per stone), armor stone (up to 12 tons in weight per stone), cobble fill, crushed stone, and parking lot fill. Removing, stockpiling, and resetting existing cobble and boulders currently at the site of the work is required. Repairs to the breakwater will require the furnishment, delivery, and placement of new armor stone (up to 15 tons per stone) to replace stones displaced during Hurricane Sandy, and the filling in of existing gaps and low points along the breakwater. The repairs shall be performed to restore the breakwaters to their original profiles and cross-sections. The tolerances required for the placement of stone in both profiles and cross-sections is extremely tight. Repairs will require substantial moving and manipulation of both new and existing stones to achieve both the required interlocking placement and design grades. The revetment and breakwater construction site is directly exposed to ocean waves, wind, and tides, and work shall be performed in wet and restricted tidal conditions. Interested firms should submit a capabilities package to include the following: business classifications (i.e. HUBZone, etc.) as well as qualifications of the firm and experience in performing the work requirements stated above. Firms must submit documented information that demonstrates experience with a minimum of two examples of a construction project, similar in scope and magnitude to this project that the firm has performed in the last five years. The examples must clearly demonstrate breakwater repair projects beyond typical earthwork construction and should highlight demonstrated experience and past performance with providing and placing large armor stones (between 12 to 15 tons) with both land equipment and barge; demonstrated experience and past performance in the ability to place large armor stones (between 12 to 15 tons) with a minimum production rate of 30 stones per day; the ability and capability of simultaneously performing this work by land and barge; and demonstrated experience in working in a site in wet and restricted conditions (ocean waves, tides, etc.). The past experience examples must have been performed within the last five years. Subcontractors may be used to demonstrate this past experience. However, the subcontractor's experience being cited as the past experience that meets this project's requirement must be on projects in which the subcontractor worked with the prime contractor on the cited projects. In using the subcontractor's experience to meet the project requirements, the prime contractor is committing to partnering with the subcontractor for this work. A letter from the subcontractor must be submitted confirming their participation on past work and willingness to work on this project. Responses should include experience of Foreman and Crane Operators working on massive stone structures. Proof of bonding capability is required. Responses are due April 10, 2014 by 5:00pm EST. Responses should be emailed to ATTN: Kim Pumyea: kimberly.b.pumyea@usace.army.mil. Responses are limited to twenty pages. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-14-X-0012/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN03316023-W 20140322/140320235100-8317009b0fe53c83c7d605d88011b1b6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.