SPECIAL NOTICE
99 -- NOI - AE Services to Coastal Risk Management Project for South Shore of Staten Island (SSSI) Fort Wadsworth to Oakwood Beach, NY
- Notice Date
- 11/2/2022 1:27:22 PM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
- ZIP Code
- 10278-0004
- Solicitation Number
- W912DS23S0004
- Response Due
- 11/14/2022 2:00:00 PM
- Point of Contact
- Monica Chahary, Phone: 9177908182, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(monica.c.chahary@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
- Description
- General Architect-Engineering (A-E) Services to Coastal Risk Management Project for South Shore of Staten Island (SSSI) Fort Wadsworth to Oakwood Beach, NY Description Notice of Intent to Sole Source for Design and Title II (Construction Support) Services for South Shore of Staten Island (SSSI) Fort Wadsworth to Oakwood Beach, NY, Contract No. W912DS18D0001. This Notice is being published in accordance with Federal Acquisition Regulation (FAR) requiring dissemination of information on proposed contract actions. This is a notice of intent to sole-source and modify Indefinite Delivery Contract (IDC) No. W912DS18D0001 with additional contract period of performance/ordering period.� No additional funding/contract capacity will be added to the IDC.� The Government intends only to extend the ordering period under the IDC for the purpose of awarding task orders to complete work already begun. The statutory authority for this sole-source procurement is FAR 6.301-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" The U.S. Army Corps of Engineers, New York District intends to sole source additional Design and Title II (Construction Support) Services for South Shore of Staten Island (SSSI) Fort Wadsworth to Oakwood Beach, NY under Contract No. W912DS18D0001 to Moffatt & Nichol-AECOM J/V. To date, Moffatt & Nichol-AECOM J/V has completed 75% of the design of the South Shore of Staten Island (SSSI) Fort Wadsworth to Oakwood Beach, NY Coastal Storm Risk Management Project. The project provides the first line of defense against severe coastal storm surge flooding and wave forces and reduces the risk of storm damage. The project includes a buried seawall, floodwalls, earthen levees, road closure structure, and associated interior drainage features. These design services are currently being provided under Contract No. W912DS18D0001. Design services under this contract are intended for all construction contracts which are included in the Coastal Storm Risk Management Project. Figure 1 below shows the multiple construction contracts which the South Shore of Staten Island Coastal Risk Management projects will be constructed under: Contract 1- Interior Drainage Area E: excavated pond. Contract 2- Floodwall at Oakwood Beach Wastewater treatment Plant. Contract 3 � Interior Drainage Area C: excavated ponds. Contract 4- Levee, Hylan Blvd Road Closure Structure, and Interior Drainage Area A: earthen levee (3400 feet); road closure structure; tide gate. Contract 5- Oakwood Beach to Miller Field: 1.75 miles of seawall with concrete promenade, tidal wetland, tide gate, interior drainage Area B excavated pond. Contract 6 � Midland Beach to Fort Wadsworth: 2.5 miles of seawall with boardwalk. Contract 7- Miller Field Offset -forested wetlands enhancement. Figure 1 � South Shore of Staten Island (SSSI) Coastal Storm Risk Management Project (see attached) The following services are still required: The existing design is at approximately 75% complete and services are required to continue with the design to 100%. Review shop drawings and submittals prepared by the General Construction Contractors for conformance with the construction contracts requirements. Site visits during construction for meeting attendance, observation of construction work in progress, evaluation of quality control mock-ups and observation of factory acceptance testing. Answering of Requests for Information (RFIs) submitted by the General Constructions Contractors. Technical assistance services that will provide technical support activities during the construction phase. This support includes informal and formal consultation by phone, teleconference or video conferencing during technical meetings and discussions with the government team and the General Construction Contractor's representatives. On-Site Representation that will provide on-site staff to perform the above requirements in support of the construction contracts. This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. Capability statements must be received by the response date and time of this notice. Submissions will be reviewed to determine if they can meet the requirement. A determination by the Government to compete this proposed modification based upon responses to this notice is solely within the discretion of the Government. Any new A/E assumes professional responsibility for all prior work that has not been completed. It is anticipated the modification will be made, within approximately forty-five (45) days after the date of this notice unless the Government determines that any other organization has the capacity to meet this requirement. In that event, the approved Justification and Approval (J&A), for this modification will be posted following the closure of this notice. Response Date: 5:00pm EST November 17th, 2022. Please email responses to Monica Chahary at monica.c.chahary@usace.army.mil and Nicholas Emanuel at nicholas.p.emanuel@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/209f385a31fe466f8b256edba0a6ad42/view)
- Record
- SN06507780-F 20221104/221102230051 (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 |