Maintenance Dredging of East Rockaway Inlet, NY Federal Navigation Project
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: Sources Sought (Original)
- Original Published Date: Feb 14, 2022 10:30 am EST
- Original Response Date: Mar 01, 2022 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1KF - CONSTRUCTION OF DREDGING FACILITIES
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: East Rockaway , NYUSA
Description
Background Information
The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform maintenance dredging of East Rockaway Inlet, New York Federal Navigation Project. The sand would be dredged from the Inlet and subsequently placed along the Far Rockaway, NY Beach shoreline per the plans and specifications. The proposed maintenance dredging would remove approximately 350,000 cubic yards of sand from the East Rockaway Inlet and Deposition Basins. Dredging would be required to a depth of -14 feet Mean Lower Low Water (MLLW) plus 2 feet allowable overdepth. The dredged material is greater than 90% sand.
The proposed work is anticipated to be performed by utilizing a hydraulic dredge. Additionally, barges, tugboats, pipeline and land-based equipment such as dozers, will be needed to perform the work during the dredging and placement activities. The dredging and placement along the shoreline would be required to meet all federal, state, and local criteria required by the government agencies having jurisdiction where the dredging and placement sites are located.
Once the contract is awarded, 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 maintain an integrated production rate of at least 12,000 cubic yards per calendar day for the dredging and placement of the dredged sand. The presence of dredging equipment in the channel will impact ship traffic, and it is necessary to maintain this production rate while minimizing the duration of this impact.
The proposed work is anticipated to take place in the fall/winter of 2022/2023. The work is estimated to cost between $5,000,000.00 and $10,000,000.00.
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE. NO SOLICITATION IS AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED CONCERNS DOING WORK UNDER NAICS 237990.
Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Any potential competitive solicitation(s) that may proceed from this notice will be posted to FedBizOpps. All interested offerors will have the opportunity to respond to a solicitation announcement at a later time if and when a solicitation is issued. This notice is to assist the New York District, Corps of Engineers in determining potential sources for the work stated in this announcement.
The following information is required:
1. Name of firm w/ address, phone, fax number, point of contact and email address.
2. Provide DUNS number and CAGE Code.
3. Business Size: State if your company is a certified 8(a), Small Disadvantaged Business, HubZone Small Business, Service-Disabled Veteran Owned Small Business, Woman-Owned Small Business, or Large Business.
4. Statement of Interest: Please indicate whether your firm intends to submit an offer for this project.
SURVEY OF THE DREDGING INDUSTRY
The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors’ project execution capabilities. Please provide your response to the following questions. All questions are in regard to the East Rockaway Inlet maintenance dredging project.
General
1. Have you ever worked on dredging jobs similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, as a reference of relevant experience.
2. What percentage of work (volume of material dredged and placed) can you perform with your own equipment or equipment owned by another small dredging contractor?
3. Have you performed dredging along the south shore of Queens and Long Island, New York?
4. Would you be willing to bid on the project described? If the answer is No, please explain why not?
5. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?
6. Is there a dollar limit on the size of contract that you would bid? If so, what is that limit?
7. What is the largest dredging contract, in dollars, on which you were the prime contractor?
8. What is your bonding capacity per contract? What is your total bonding capacity?
9. On previous projects, do you have experience in completing environmental monitoring of endangered species? If so, was such work contracted to a company that specializes in such environmental work?
10. Are you familiar with the USACE EM 385-1-1 (Nov. 2014) and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes.
11. Use of USACE Resident Management System (RMS 3.0) will be required for this dredging contract. Do you have experience using the USACE Resident Management System (RMS 3.0) for delivering Submittals, Daily Dredging reports and Pay Estimates?
Equipment
12. What type of dredge equipment do you own and / or operate that is suitable for the work described? Do you own a hydraulic dredge? Please list each piece of equipment capable of performing dredging and pumping sand with beach placement and grading, i.e., dredges, discharge pipeline (specify quantity in linear feet), dozers, front end loaders, forklifts, and/or other equipment needed for beach placement and / or grading the beach as necessary. For each dredge that you list, please specify its size, horsepower, and any other salient characteristics.
13. What length and size of discharge pipeline do you have available for use? Do you own the discharge pipeline?
14. Do you have experience with beach placement and grading of dredged material?
15. Will you be able to meet a production rate of 12,000 cubic yards per calendar day and complete all work?
All interested, capable, and qualified vendors are encouraged to reply to this announcement. The Government is requesting that interested members of the Small Business Community furnish the following information:
- Company name, address, point of contact, telephone number, and e-mail address
- Type of Small Business Community member: 8(a) Program, HUBZONE small business, Service-Disabled Veteran-Owned small business (SDVOSB), or Small Business under the size standard for the North American Industry Classification System (NAICS) code 237990
- Identify servicing Small Business Administration district office
- Geographical areas in which you are capable of servicing
- Bonding capacity as of the date of your response (both single project and aggregate)
- State whether or not your firm and its employees currently have a security clearance, and if so, what level
- Indicate percent of total construction that is self-performed by direct-hire in-house resources
Responses are to be sent by email in PDF format to Monica Coniglio, Contracting Division, Monica.N.Coniglio@usace.army.mil.
Contracting Office Address:
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, Room 16-300, New York, NY 10278-0090
Point of Contact(s): Monica Coniglio, Monica.N.Coniglio@usace.army.mil , 917-790-8389
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300
- NEW YORK , NY 10278-0004
- USA
Primary Point of Contact
- Monica Coniglio
- monica.n.coniglio@usace.army.mil
Secondary Point of Contact
- Matthew Lubiak
- matthew.e.lubiak@usace.army.mil
- Phone Number 9177908089
History
- Jun 02, 2022 11:55 pm EDTPresolicitation (Original)
- Mar 16, 2022 11:55 pm EDTSources Sought (Original)