Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOLICITATION NOTICE

Z -- East Rockaway Inlet, New York, Federal Navigation Project

Notice Date
3/6/2025 12:16:25 PM
 
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
W912DS25BA003
 
Response Due
5/7/2025 11:00:00 AM
 
Archive Date
05/22/2025
 
Point of Contact
Orlando Nieves, Matthew Lubiak
 
E-Mail Address
orlando.nieves@usace.army.mil, matthew.e.lubiak@usace.army.mil
(orlando.nieves@usace.army.mil, matthew.e.lubiak@usace.army.mil)
 
Description
The U.S Army Corps of Engineers, New York District (USACE) proposes to perform maintenance dredging of East Rockaway Inlet, New York, Federal Navigation Project, including dredging the deposition basins. The dredged sand would be placed in a beneficial manner along the Far Rockaway Beach shoreline as beach nourishment between Beach 25th Street and Beach 49th Street. The proposed maintenance dredging would remove approximately 450,000 cubic yards of sand from the East Rockaway Inlet and its deposition basins. Dredging would be required to a depth of -14 feet Mean Lower Low Water (MLLW) plus 2 feet allowable overdepth. The purpose of the proposed work is to alleviate the effects of shoaling and maintain the authorized project dimensions, thereby providing safe and economical use of the East Rockaway Inlet by commercial and recreational boating interests while providing beneficial use of the dredged sand. Between maintenance operations, the by passed sand placed at the feeder beach would be carried by littoral drift to feed down drift beaches. The maintenance operation would thus serve to place sand trapped in the channel back into the normal littoral movement that naturally replenishes the western beaches, while maintaining a safe channel for navigation. Maintenance dredging of the channel and deposition basins at East Rockaway Inlet will be accomplished by hydraulic dredge. The entire channel will generally not require maintenance dredging; only areas where shoaling has reduced the depth of the channel will require dredging. The dredged material would be required to meet all federal, state, and local criteria required by the government agencies having jurisdiction where the placement site is located. The Contractor will be required to commence work within five (5) calendar days after the date of receipt by him of the notice to proceed, and to prosecute said work diligently and to complete the basic work ready for use not later than sixty (60) calendar days after the receipt by him of the notice to proceed (NTP). The contractor is required to maintain an integrated production of at least 12,000 cubic yards per calendar day. The magnitude of this contract is between $10 million and $15 million. Plans and specifications for the subject project would be available in May 2025, with bid opening in June 2025. It is the intention of the government to award in July 2025 and issue the NTP in October 2025. Liquidated Damages of $2,787.00 per calendar day of delay will be assessed to the contractor until all work under the contract is accepted as complete. This project will be competed using full and open Unrestricted competition. It is anticipated that an IFB will be issued in May 2025 and the Bids will be due on or about 30 days later. The Specifications will be posted electronically via the Contract Opportunities at SAM.gov. The applicable North American Industry Classification System (NAICS) code is 237990, Other Heavy and Civil Engineering Construction. The Small Business size standard for this code is $37.0 million. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 16-300, 26 Federal Plaza, New York, NY 10278-0090. 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://www.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://www.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 Federal Acquisition Regulations (FAR) Part 36 require 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 mandate 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, 26 Federal Plaza, Room 16-300, New York, NY 10278-0090. Email: orlando.nieves@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2012019558f640aca44d1229f00a709a/view)
 
Place of Performance
Address: East Rockaway, NY 11518, USA
Zip Code: 11518
Country: USA
 
Record
SN07363351-F 20250308/250307152913 (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.