United States - Sea Bright to Manasquan, NJ, Project
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 14 June 2019
- Opportunity publication date
- 30 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 29, 2019 1:42 pm
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 wetland restoration/creation construction contract. The NAICS Code is 237990 (size standard $33.5 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. Potential business should send one response to each project.
BACKGROUND AND INFORMATION FOR CONSTRUCTION
2-Sea Bright to Manasquan, NJ (Beach fill)
The Federally authorized Sandy Hook to Barnegat Inlet Beach Erosion Control Project is located on the Atlantic Coast of New Jersey, covering 51 miles of coastline between Sandy Hook peninsula and Barnegat Inlet. The Project report recommending Federal action was submitted it to Congress in 1956 and authorized by the River and Harbor Act of July 3, 1958, in accordance with House Document No. 332, 85th Congress, second session. Further modifications associated with the non-Federal sponsor cost share and public access requirements were made by Section 854 of the Water Resources Development Act (WRDA) of 1986, (P.L. 99-662).
The project area is comprised of three sections and is further sub-divided by construction contracts. Section I and Section II are within New York District's jurisdiction, which extends 21 miles from just north of the Route 36 Bridge in Sea Bright, southward to the Manasquan Inlet. The FY19 renourishment Project plan is for fill only, including advanced nourishment along the length of the design berm, from Sea Bright to Long Branch, NJ. The approximate volume quantity is 2.4 million cubic yards, and award will be in the fourth quarter of FY19. The recommended plan provides for reduction of storm damages from coastal erosion and flooding through storm protective berm and beachfill. The State of New Jersey, acting through the Department of Environmental Protection, is the non-Federal sponsor for this project
Construction cost is in the range of $25,000,000 to $30,000,000.
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:
A. Proposed project is for construction of Sand Dunes and/or berms
3. The North American Industry Classification System (NAICS) code is 237990. The Small Business Size standard is $25,500,000.
4. The following information is required from interested sources.
(1) Name of firm with address, phone, and fax number, point of contact and email address.
(2) 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.,
(3) A CAGE Code and DUNS Number for the firm.
(4) Statement of Interest: Please indicate whether your firm intends to submit an offer for this project and Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?
(5) 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.
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.
(6) 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.
(7) Have you worked with environmental window restrictions, e.g., Piper Plover, Sea Turtle?
(8) 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)
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.
(9) Bonding Capacity: per contract and total bonding capacity.
(10) Is there a dollar limit on the size contract that you would bid?
(11) What are the largest construction contracts (in dollar amounts) on which you were the prime contractor?
(12) Contractor's Comments or Recommendations
Please provide, if any.
Submit three (3) Survey Questionnaires to:
Attn: Sandra Schenning , CENAN CT, Rm. 1843, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278
Survey Questionnaires will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day.
Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
- Opportunity closing date
- 14 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army USACE District, New York United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.