SOURCES SOUGHT
Y -- Maintenance Dredging of Lake Montauk Harbor, New York, Federal Navigation Project
- Notice Date
- 5/1/2018
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS18S0015
- Archive Date
- 6/27/2018
- Point of Contact
- Orlando Nieves, Phone: 9177908078, ,
- E-Mail Address
-
orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil
(orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis 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 (HUBZone), 8(a) Certified Small Business, Woman Owned Small Business (WOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Background Information The New York District of the Army Corps of Engineers (USACE) proposes to perform maintenance dredging of Lake Montauk Harbor, New York, Federal Navigation Project. The sand would be dredged from the channel and deposition basin and subsequently placed along the adjacent beach just west of the west jetty. The proposed maintenance dredging would remove up to approximately 40,000 cubic yards of sand from Lake Montauk Harbor. Dredging would be required to a depth of at least -12 feet Mean Lower Low Water plus 2 feet of allowable over depth or up to -14 feet Mean Lower Low Water plus 2 feet of allowable over depth. The dredged material is greater than 90% sand. The proposed work is anticipated to be performed by utilizing a pipeline dredge or similar plant. Additionally, barges, tug boats, pipeline, and land based equipment, such as dozers, will be needed to perform the work during the dredging and placement activities. The dredging and placement along the beach would be required to meet all federal, state, and approved local criteria required by the government agencies having jurisdiction where the dredging and placement sites are located. Once the contract is awarded, the contractor will be required to commence work within five (5) calendar days after the date of the receipt by him of the notice to proceed and maintain an integrated production rate of at least 1,000 cubic yards per calendar day for the dredging and placement of the dredged sand. The presence of dredging equipment in the channel will impact ship traffic, and it is necessary to maintain this production rate while minimizing the duration of this impact. The proposed work is anticipated to take place in the fall/winter of 2018/2019. The work is estimated to cost between $500,000 and $1,000,000. The North American Industry Classification System (NAICS) code is 237990. The Small Business Size standard is $36.5 Million. SURVEY OF THE DREDGING INDUSTRY The following confidential survey questionnaire is designed to apprise the Corps prospective dredging contractors’ project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Lake Montauk Harbor maintenance dredging project. General 1) Have you ever worked on dredging jobs 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, as a reference of relevant experience. 2) What percentage of work (volume of material dredged and placed) can you perform with your own equipment or equipment owned by another small dredging contractor? 3) Have you performed dredging along the shore of Long Island, New York? 4) Would you be willing to bid on the project described? If the answer is No, please explain why not. 5) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? If you are planning to participate as a subcontractor, which aspects of the project would you be performing? 6) Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? 7) What is the largest dredging contract, in dollars, on which you were the prime contractor? 8) What is your bonding capacity per contract? What is your total bonding capacity? Equipment 9) What type of dredge equipment do you own and/or operate that is suitable for the work described? Do you own a hydraulic dredge? Please list each piece of equipment capable of performing dredging and pumping sand with beach placement and grading, i.e. dredges, discharge pipeline (specify quantity in linear feet), dozers, front end loaders, forklifts, and/or other equipment needed for beach placement and/or grading the beach as necessary. For each dredge that you list, please specify its size, horsepower, and any other salient characteristics. 10) What length and size of discharge pipeline do you have available for use? Do you own the discharge pipeline? 11) Do you have experience with beach placement and grading of dredged material? 12) Will you be able to meet a production rate of 1,000 cubic yards per calendar day and complete all work? 13) Are you familiar with the USACE EM 385-1-1 (Nov. 2014) and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal or quotation; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, SDVOSB, WOSB or unrestricted is within the discretion of the Government. All responses shall be submitted via email to Orlando Nieves at orlando.nieves@usace.army.mil within 15 calendar days of the original posted date in the Fed Biz Ops. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is within the discretion of the Government and will be updated to this posting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18S0015/listing.html)
- Place of Performance
- Address: Lake Montauk Harbor, New York, United States
- Record
- SN04906334-W 20180503/180501230754-635b84760c5f734505e4f061faa85bfc (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 |