SOLICITATION NOTICE
Z -- Great Sodus Harbor Breakwall Repair
- Notice Date
- 3/20/2020 7:45:34 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W072 ENDIST BUFFALO BUFFALO NY 14207-3199 USA
- ZIP Code
- 14207-3199
- Solicitation Number
- W912P4-20-R-0012
- Archive Date
- 04/10/2020
- Point of Contact
- Tyrone B. Palaganas, Phone: 7168794126
- E-Mail Address
-
tyrone.b.palaganas@usace.army.mil
(tyrone.b.palaganas@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is only a Presolicitation Notice: Great Sodus Harbor � East Breakwall Repair, Charles Point, 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. Questions will not be answered until official solicitation is issued. The USACE Buffalo District is currently preparing a solicitation to award a contract for a project at Great Sodus Harbor in Charles Point, NY. The work on Lake Ontario is to be conducted in the east end of the existing east breakwall. Work consists of construction of a new stone revetment at the east end of the existing east breakwall at Great Sodus Harbor, Charles Point, New York.� The length of the new stone revetment is 525 feet and is wrapped at both ends to tie into existing ground.� The new stone revetment is constructed of armor stone, underlayer stone and stone fill.� Excavation of the existing lake bottom is required along the base of the new stone revetment in order to embed the armor and underlayer stone to the required depth.� Geotextile is to be placed between the existing/excavated ground surface and the base on the new stone materials.� Prior to placing geotextile on the existing ground surface, existing vegetation is to be removed flush with the existing ground surface.� Approximately 182 linear feet of an existing steel sheet pile wall will need to be cut off and removed where it extends into the new armor stone layer.� Access to the project site is only by water.� Due to the shallow depths of Lake Ontario is the vicinity of project site, the contractor will likely need to excavate a channel in order to access the site with contractor floating plant. Quantities: Stone Fill: 2797 cubic yards or 4161 tons. Underlayer Stone: 4159 cubic yards or 5187 tons. Armor Stone: 4423 cubic yards or 6186 tons. Excavation: 4018 cubic yards. Geotextile: 5314 square yards. Approximate length of existing steel sheet pile to be cut off and removed = 182 linear feet. 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 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 http://beta.sam.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 http://beta.sam.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. No responses/questions will be addressed until solicitation is issued.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ffb44928e679450581123dfe7357427b/view)
- Place of Performance
- Address: Sodus Point, NY 14555, USA
- Zip Code: 14555
- Country: USA
- Zip Code: 14555
- Record
- SN05595858-F 20200322/200320230142 (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 |