Skip to main content

An official website of the United States government

You have 2 new alerts

DREDGE BOAT BASIN USCG STA FIRE ISLAND BABYLON, NY (SUFFOLK COUNTY) PSN 9829701

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Aug 26, 2022 05:00 pm EDT
  • Original Published Date: Jun 21, 2022 10:21 am EDT
  • Updated Response Date: Aug 23, 2022 02:00 pm EDT
  • Original Response Date: Aug 09, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1KF - MAINTENANCE OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Ocean Beach , NY 11770
    USA

Description

SOLICITATION NUMBER  70Z0G122BABCD0143 DREDGE BOAT BASIN USCG STA FIRE ISLAND BABYLON, NY (SUFFOLK COUNTY) PSN 9829701

Contractor shall furnish all labor, material, equipment, transportation, disposal, supervision, and incidental related work necessary to perform maintenance dredging of the boat basin at USCG STA Fire Island and all incidental related work. Dredging shall be performed by mechanical means. Dewatering and final placement of the dredge material shall be at the upland disposal area shown on the Drawings. The Contractor shall clear the disposal area of existing vegetation and debris; strip and stockpile 12 inches of existing topsoil/sand for use as cap material; and construct a confined dewatering facility (CDF) to accept the dredge material including a straw bale/silt fence perimeter, pipe outlet sediment trap, and stabilized construction access way.  The total estimated amount of material to be removed from the channel is 13,000 CY. Due to scheduling restrictions in the NY DEC dredging permit, all dredging work shall be completed no later than 24 December 2022. In the event that the post-dredge survey indicates that the specified dredge limits have not been met by 24 December, the contractor shall use the time remaining in the month of December to correct the deficiencies.  No work is permitted after 31 December due to permitting and environmental restrictions.

SPECIAL NOTES: The contractor shall conduct dredging operations so that navigation through the boat basin and channel is possible at all times. The Contractor shall provide a cost for dredging per CY which will be used for any necessary contract cost adjustment resulting from dredging more or less than the estimated 13,000 CY within the limits of dredge based on pre and post dredge survey results.  Contractor will be compensated for actual quantity of dredge material removed and disposed within the limits of dredge as shown on the plans based on pre and post dredge survey results.  The dredge disposal site location is the upland disposal area shown on the Drawings.

This solicitation is issued as a 100% TOTAL SMALL BUSINESS SET-ASIDE.  Magnitude of Construction is $500,000 TO $1,000,000.  NAICS Code: 237990 OTHER HEAVY AND CIVIL ENGINEERING CONSTRUCTION. Small Business Size Standard: $32.5 MIL.  Product Service Code: Z2PZ.       

The period of performance is 100 days. 

Solicitation packages will be available on 22 July 2022.  The date set for bid opening is 23 August 2022 at 2:00 p.m.

Bids must be valid for a minimum of 90 days. 

All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue on this website:  http://www.sam.gov  (formerly fbo.gov).   

Any amendments to the solicitation will be posted on this website (sam.gov).  Offerors are required to acknowledge with their bids any and all amendments.

To receive immediate notification of all changes posted electronically, vendors should click on [Register to Receive Notification]. All vendors interested in teaming or subcontracting for this solicitation, should click on [Register as Interested Vendor].  In order to view a list of interested vendors, interested parties should click on [View List of Interested Vendors].  A list of interested vendors is only available by registering electronically for this solicitation.  Vendors MUST be registered in the System for Award Management database through www.SAM.gov in order to receive a federal government contract.  

Contact Information

Contracting Office Address

  • 475 KILVERT STREET SUITE 100
  • WARWICK , RI 02886
  • USA

Primary Point of Contact

Secondary Point of Contact

History