Search Contract Opportunities

Market Survey Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project   4

ID: W912DS24S0049 • Type: Sources Sought

Description

THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER, RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION.

The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a) serviced by SBA districts, certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for work on dredging and beach creation construction contract. The NAICS Code is 237990 (Other Heavy and Civil Engineering Construction) (size standard $45 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time.

Responses will be used to determine appropriate acquisition decisions for a future procurement.

BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT

The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for the Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project.

FIMP Contract 4 is a structural contract that includes offshore dredging and beachfill. The beachfill includes a beach berm at elevation +8.5 ft NAVD88, backed by a dune with a height of

+14ft NAVD88. The dune will have a crest width of 25 ft and 1V:5H side slopes on both landward and seaward sides. The construction berm width will be 90 ft plus advance nourishment fill, with an onshore slope of 1V:20H to elevation -1ft NAVD88 and an offshore slope of approximately 1V:15H to ocean bottom. Approximately 825,000 cubic yards will be placed in Westhampton Beach and the Village of West Hampton Beach and approximately 450,000 cubic yards in the Cupsogue bay side CPF. The duration of construction will approximately two months after Notice to Proceed and within the environmental windows applicable to the project area. The contract award is scheduled for August 2024.

The project provides erosion risk reduction via berm fill to the ocean shoreline, augments coastal resiliency with restoration of the barrier island, and enhances the overall barrier island and natural system coastal processes. The feeder beach is to provide adequate sand into the system

to maintain the existing, natural beach and to account for sediment loss that is expected over a four-year cycle.

Construction cost is in the range of $25,000,000 to $75,000,000.

OPERATIONAL CONSTRAINTS

The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project.

The Contractor shall prepare and submit a site-specific safety and health plan to the government for approval prior to mobilization.

SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY

The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following questions. At the end of this survey, you will be asked to provide your comments.

General

The proposed project is for Shore Protection and Beach Renourishment work.

  1. Description of project:

FIMP Contract 4 is a structural contract that includes offshore dredging and beachfill. The beachfill includes a beach berm at elevation +8.5 ft NAVD88, backed by a dune with a height of +14ft NAVD88. The construction berm width will be 90 ft plus advance nourishment fill, with an onshore slope of 1V:20H to elevation -1ft NAVD88 and an offshore slope of approximately 1V:15H to ocean bottom. Approximately 825,000 cubic yards will be placed in Westhampton Beach and the Village of West Hampton Beach and approximately 450,000 cubic yards in the Cupsogue bay side CPF. The duration of construction will approximately two months after Notice to Proceed and within the environmental windows applicable to the project area. The construction contract award is scheduled for August 2024.

  1. The North American Industry Classification System (NAICS) code is 237990 (Other Heavy and Civil Engineering Construction). The Small Business Size standard is $25,500,000.
  2. The following information is required from interested sources.
    1. Name of firm with address, phone, and fax number, point of contact and email address.
    1. Identification and verification of the company as a Small Business Administration (SBA) certified HUBZone Small business firm, or a Service- Disabled Veteran Owned Small Business firm, or an SBA certified 8(a) firm with an SBA approved office for performing a competitive acquisition in the State of New York, or a Small Business firm under the size standard assigned to the procurement.
    1. A CAGE Code and DUNS Number for the firm.
    1. Statement of Interest: Please indicate whether your firm intends to submit an offer for this project.
    1. Qualification Criteria: Responses to this Source Sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Firms should respond to this notice by providing at least three relevant projects that the firm performed as a Prime Contractor. No more than five relevant projects can be submitted as Past Experience. Firms SHALL provide the dollar value of past relevant projects that the firm performed.
    2. Also include: (i) Forecasted use of materials, equipment including land-based equipment and pumps and storage location if applicable; (ii) Capabilities and Capacity for intended operations.
    1. Have you worked with environmental window restrictions, e.g., Piper Plover, Sea Turtle?
    1. Bonding Capacity: per contract and total bonding capacity.
    1. The interested contractor should list the percentage and type of work that they will self-perform. Interested responders should refer to the following FAR Clauses to see the Limitations on Subcontracting that pertains to specific Set- asides.

FAR 52.219-14 pertains to Small Business and 8(a) Set asides). If the acquisition is set-aside for all Small Businesses or the 8(a) Program, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.

FAR 52.219-3 pertains to HUBZone Set asides. If the acquisition is set-aside for HUBZone Small Businesses, at least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor's employees; and at least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone Prime Contractor's employees or on a combination of the HUBZone Prime Contractor's employees and employees of HUBZone Small Business concern Subcontractors; and no more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone Small business concerns.

FAR 52.219-27 pertains to Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides. If the acquisition is set-aside for SDVOSB, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other Service-Disabled Veteran Owned Small Business concerns. A joint venture may be considered a Service-Disabled Veteran Owned Small Business concern if at least one member of the joint venture is a Service-Disabled Veteran-Owned Small Business concern, and makes the following representations: That it is a Service-Disabled Veteran Owned Small Business concern, and that it is a Small Business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; and each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and the joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. The joint venture meets the requirements of 13 CFR 125.15(b).

    1. Would you be willing to bid on the project described above? Please provide a brief description. If the answer is no, please explain why not.
    1. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?
    1. Is there a dollar limit on the size contract that you would bid?
    1. What are the largest construction contracts (in dollar amounts) on which you were the prime contractor?
    2. What is your bonding capacity per contract? What is your total bonding capacity?
    3. Is your company a small or large business as defined by the SBA? Are you classified as a certified 8(a) serviced by SBA districts, certified HUB Zone, or Service-Disabled Veteran-Owned Small Business (SDVOSB)?

Equipment

What type of standard construction equipment do you own and/or operate for work on soft soils such as hydraulic excavators outfitted with long reach booms, low-pressure off-road hauling equipment, low ground pressure dozers, low ground pressure utility vehicles, use of timber mats to support excavators and to assist in moving across wet areas of the site that is suitable for the work described? For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics.

Contractor's Comments or Recommendations

Please provide, if any.

Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms.

Submit three (3) Survey Questionnaires to:

Michael McCue, Email: Michael.l.mccue@usace.army.mil

Background
The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for the Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project. The project aims to provide erosion risk reduction via berm fill to the ocean shoreline, augment coastal resiliency with restoration of the barrier island, and enhance the overall barrier island and natural system coastal processes. The feeder beach is to provide adequate sand into the system to maintain the existing, natural beach and to account for sediment loss that is expected over a four-year cycle. The construction cost is in the range of $25,000,000 to $75,000,000.

Work Details
FIMP Contract 4 is a structural contract that includes offshore dredging and beachfill. The beachfill includes a beach berm at elevation +8.5 ft NAVD88, backed by a dune with a height of +14ft NAVD88. The dune will have a crest width of 25 ft and 1V:5H side slopes on both landward and seaward sides. The construction berm width will be 90 ft plus advance nourishment fill, with an onshore slope of 1V:20H to elevation -1ft NAVD88 and an offshore slope of approximately 1V:15H to ocean bottom.
Approximately 825,000 cubic yards will be placed in Westhampton Beach and the Village of West Hampton Beach and approximately 450,000 cubic yards in the Cupsogue bay side CPF.
The duration of construction will approximately two months after Notice to Proceed and within the environmental windows applicable to the project area.
The contract award is scheduled for August 2024.

Period of Performance
The duration of construction will be approximately two months after Notice to Proceed and within the environmental windows applicable to the project area. The contract award is scheduled for August 2024.

Place of Performance
The construction projects will be performed at Fire Island Inlet to Montauk Point, Suffolk County, NY.

Overview

Response Deadline
May 22, 2024, 2:00 p.m. EDT Past Due
Posted
May 7, 2024, 10:22 a.m. EDT
Set Aside
None
Place of Performance
Ocean Beach, NY 11770 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000,000 - $50,000,000 (AI estimate)
Odds of Award
14%
On 5/7/24 USACE New York District issued Sources Sought W912DS24S0049 for Market Survey Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project due 5/22/24. The opportunity was issued full & open with NAICS 237990 and PSC Z1KF.
Primary Contact
Name
Michael McCue   Profile
Phone
None

Documents

Posted documents for Sources Sought W912DS24S0049

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W912DS24S0049

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912DS24S0049

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912DS24S0049

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912DS24S0049

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NEW YORK
FPDS Organization Code
2100-W912DS
Source Organization Code
100221392
Last Updated
June 6, 2024
Last Updated By
michael.l.mccue@usace.army.mil
Archive Date
June 6, 2024