Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2025 SAM #8509
SPECIAL NOTICE

99 -- Intent to Sole Source for Additional Title II (Construction Support) Services for Interior Drainage Area E, South Shore of Staten Island, NY

Notice Date
3/12/2025 7:06:53 AM
 
Notice Type
Special Notice
 
Contracting Office
USACE
 
ZIP Code
00000
 
Solicitation Number
W912DS25S0027
 
Response Due
3/27/2025 11:00:00 AM
 
Archive Date
04/11/2025
 
Point of Contact
Nicholas P. Emanuel, Rito P. Sabanal
 
E-Mail Address
nicholas.p.emanuel@usace.army.mil, rito.p.sabanal@usace.army.mil
(nicholas.p.emanuel@usace.army.mil, rito.p.sabanal@usace.army.mil)
 
Description
General Architect-Engineering (A-E) Services and Support During the Construction of the Interior Drainage Area E, South Shore of Staten Island, New York Description: Notice of Intent to Sole Source for additional Title II (Construction Support) Services for Interior Drainage Area E, South Shore of Staten Island, NY. 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 Title II (Construction Support) Services for Interior Drainage Area E, South Shore of Staten Island (SSSI), NY. 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 modify sole source contract W912DS24C0008 to Hazen & Sawyer, since they have extensive experience working on the SSSI project. Hazen & Sawyer is also currently in contract with New York City as the designer of the City�s Blue Belt program and is the DOR (designer of record) for the design of SSSI, Interior Drainage Area E. Hazen & Sawyer possesses extensive familiarity with the SSSI making this A/E well-suited to excel in the additional required Title II Services during Construction Phase. Publicly announcing this requirement would take a significant amount of time and the USACE would not be able to make sufficient progress on the construction currently underway under contract W912DS24C0013. The project involves providing interior ponding areas (behind the line of protection of the coastal storm surge) for stormwater runoff for safe conveyance to the Lower Raritan Bay. The project also includes detention ponds and stormwater drainage structures. Additional Engineering Services (Construction Support) would include the following: � Review additional submittals prepared by the General Construction Contractor for conformance with the construction contract requirements. � Answering of additional Requests for Information (RFIs) submitted by the General Construction Contractor. 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. It is anticipated that a contract modification will be made within approximately thirty (30) days after the date of this notice unless the Government determines that any other organization has the capacity to meet this requirement. The approved revised Justification and Approval (J&A) for this contract modification will be posted following the closure of this notice. Response Date: March 27, 2025 no later than 2:00pm EST Please email responses to BOTH below: Nicholas Emanuel nicholas.p.emanuel@usace.army.mil AND Rito Sabanal rito.p.sabanal@usace.army.mil Contracting Office Address: 26 Federal Plaza Suite 16-300 New York, NY 10278-0090 U.S.A.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2bacbb2c294545488b5784decc9ff3c3/view)
 
Place of Performance
Address: New York, NY, USA
Country: USA
 
Record
SN07369118-F 20250314/250312230039 (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.