Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2024 SAM #8352
SOLICITATION NOTICE

Y -- Atlantic Coast of Long Island, Jones Inlet to East Rockaway Inlet Long Beach Island, New York Hurricane and Storm Damage Reduction Project � 2024 Renourishment

Notice Date
10/7/2024 9:06:43 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS24B0038
 
Response Due
10/22/2024 11:00:00 AM
 
Archive Date
11/06/2024
 
Point of Contact
Orlando Nieves, Nicholas P. Emanuel
 
E-Mail Address
orlando.nieves@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(orlando.nieves@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform Beach Renourishment work for the Atlantic Coast of Long Island, Jones Inlet to East Rockaway Inlet Long Beach Island, New York Hurricane and Storm Damage Reduction Project � 2024 Renourishment. The proposed of work will include approximately one million cubic of beachfill from west of the Long Beach Boardwalk to Nickerson Beach. The Long Beach borrow area is located approximately 3000 ft offshore to the south of the City of Long Beach. Sand will be dredged offshore by a hopper dredge and placed hydraulically on the beach. The magnitude of this project is estimated to cost between $10,000,000 and $25,000,000. �Estimated project duration is 140 days from NTP. This project will be competed using Full and Open Unrestricted competition. The North American Industry Classification System (NAICS) code is 237990 (Other Heavy and Civil Engineering Construction). The Small Business Size standard is $45,000,000. Plans and specifications for this subject project would be available in December 2024. It is the intention of the Government to Award in January 2025 and NTP in the first week of February 2025. The New York State Department of Environmental Conservation is the non-Federal sponsor for this project. All questions must be submitted in writing via email to the Contract Specialist. The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is the Internet. Paper copies of this solicitation, and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Contract Opportunities, located at https://sam.gov/, in order to safeguard acquisition related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the Contract Opportunities website at https://sam.gov/. The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandates the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil. Point of Contact is Orlando Nieves, Contract Specialist, U.S. Army Corps of Engineers, New York District, Room 16-300, 26 Federal Plaza, New York, NY 10278-0090. Email: orlando.nieves@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/496b3886673b47f39fc86fe00b77710c/view)
 
Place of Performance
Address: Wantagh, NY 11793, USA
Zip Code: 11793
Country: USA
 
Record
SN07234833-F 20241009/241007230106 (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 |
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.