SOLICITATION NOTICE
Y -- Athol Springs Shoreline Damage Reduction and Protection - Photos
- Notice Date
- 6/1/2017
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
- ZIP Code
- 14207-3199
- Solicitation Number
- W912P4-17-B-0002
- Point of Contact
- Casimir Brzozowiec, Phone: 716-879-4232, Frank D'Andrea, Phone: 716-879-4245
- E-Mail Address
-
casimir.brzozowiec@usace.army.mil, frank.j.dandrea@usace.army.mil
(casimir.brzozowiec@usace.army.mil, frank.j.dandrea@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Athol Springs - Photos Presolicitation Notice: Athol Springs - Shoreline Storm Damage Reduction and Shore Protection, Hamburg, NY This is NOT a request for proposal or invitation for bid; this is for INFORMATIONAL purposes only to make industry aware of the upcoming requirement. A response is not required at this time. The USACE Buffalo District is currently preparing a solicitation to award a contract for a project at the southeast end of Lake Erie to provide protective measures for New York State Route 5 in the Hamlet of Athol Springs of Hamburg, New York. The town of Hamburg is located in central western Erie County, approximately ten miles south of the city of Buffalo. A 15-foot high concrete retaining wall at the shore of Lake Erie protects New York State Route 5. Several buildings are located within the reach. The area experiences heavy wave run-up and overtopping during storm events resulting in road closures and damages to area buildings. The storm events send large quantities of water and debris onto the road surface which create safety hazards for motorists and pedestrians. Water passing over the seawall has eroded fill material behind the seawall and damaged the road. Measures have been selected to resolve the erosion and damage problems. An 860-foot long stone revetment (at NYS Route 5 and Big Tree Road) with a concrete splash apron to provide stability to the wall and significantly reduce wave run-up is being planned. Repairs to the existing seawall are also being considered. The rubble mound revetment is a sloping face of large stone which functions by dissipating incoming wave energy in contrast to reflecting this energy as presently occurs when the waves hit the vertical seawall. The rubble mound revetment will provide stability to the existing concrete seawall, significantly reducing or stopping the excessive wave run-up and overtopping of the existing seawall during storm events, and avoid the future costs of a major rehabilitation of the existing seawall. TYPE OF CONTRACT AND NAICS: An IFB (Invitation for Bid) is planned for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 - Other Heavy and Civil Engineering Construction. This will be a 100% Small Business Set-Aside competitive procurement. The Contract Duration is anticipated to be six hundred twenty-two (622) calendar days from Notice to Proceed. The magnitude of this project is between $1,000,000 and $5,000,000. Bonding will be required for this project; any offeror shall have the proper capabilities. The site visit will be announced when the solicitation is issued. Please be advised that this requirement may be delayed, revised, or cancelled at any time before award. SOLICITATION WEBSITE: The official solicitation and any subsequent amendments or updates, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Solicitation Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing the solicitation and any amendments by the Government prior to closing. It is the Offerors responsibility to monitor the website for any amendments or changes to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. Note: A response is not required at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-17-B-0002/listing.html)
- Place of Performance
- Address: NYS Route 5 and Big Tree Road, Hamburg, New York, 14075, United States
- Zip Code: 14075
- Zip Code: 14075
- Record
- SN04529983-W 20170603/170602000312-b09598dc79ffc9530fe8b3ce8d27adac (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 |