Y – Waterfront Structures improvements of Plum Island Harbour and maintenance dredging at Plum Island Harbour and Orient Point Harbor, New York.

– July 17, 2008

Solicitation Number: W912DS-08-R-0018

Agency: Department of the Army

Office: U.S. Army Corps of Engineers

Location: U.S. Army Engineer District, New York

Notice Type: Solicitation

Original Posted Date: May 27, 2008

Posted Date: July 10, 2008

Response Date: Jul 11, 2008 2:00 pm

Original Response Date: Jul 11, 2008 2:00 pm

Archiving Policy: Automatic, on specified date

Original Archive Date: August 9, 2008

Archive Date: August 9, 2008

Original Set Aside: Total Small Business

Set Aside: Total Small Business

Classification Code: Y — Construction of structures and facilities

NAICS Code: 237 — Heavy and Civil Engineering Construction/237990 — Other Heavy and Civil Engineering Construction

Solicitation Number: W912DS-08-R-0018

Notice Type: Solicitation

Synopsis: Added: May 27, 2008 11:38 am. The U.S.Army Corps of Engineers, New York District intends to issue a Request for Proposal(RFP)to award a contract for Plum Island Animal Disease Center (PIADC) requires improvement of portions of the waterfront structures at Plum Island Harbor (the harbor or harbor), the primary receiving location for waterborne personnel,equipment,materials and other deliveries. This work also includes performing maintenance dredging of the Plum Island Harbor and Orient Harbor.

The waterfront structures work consists of installing about 180 linear feet of steel sheet bulkhead along the northwest side of the harbor. The project area extends from the end of the harbor’s west entrance channel jetty to the beginning of a steel sheet pile bulkhead adjacent to one of the ferry ramps. The work includes installing steel sheeting in front of an existing intake house (without blocking the existing intake), replacing an existing sediment control structure (attached to the bulkhead), and possible removal of an existing concrete retaining wall and substructure. About 90 percent of the design work has been completed in house. The Contractor may either complete or modify the 90 percent design or provide a new design, prior to constructing the bulkhead. The provision of splash protection for the bulkhead and the removal of an existing concrete bulkhead may also be exercised as an option in the contract.
The dredging work to be performed under this project consists of providing the labor, equipment, and materials to perform dredging of Plum Island Harbor and an option for dredging of Orient Harbor, with placement of the dredged material along the beach at Plum Island and in various upland disposal areas for both Plum Island Harbor and Orient Harbor, Suffolk County, New York as shown on the Contract Documents prepared by US Army Corps of Engineers, New York District. The work includes the dredging of approximately 28,865 cubic yards of material to the required dredging depths plus over depth in Plum Island Harbor, and 16,920 cubic yards of material in Orient Harbor. At Plum Island Harbor, 21,700 cubic yards are available in Area 1 which is to be dredged to 16 feet below MLW with 2 inch over depth and 7,165 cubic yards in Area 2 which is to be dredged to 12 inch below MLW plus 2 feet over depth. The material dredged from Plum Island Harbor is to be placed on the shoreline and as a dune, with all remaining material to be placed in upland diked disposal areas. The material dredged from Orient Harbor is to be placed in an upland diked disposal area, and transferred to Orient Point and to an unknown upland disposal area.
PIADC is a restricted area requiring advance clearance of any contractor personnel. PIADC provides specific documentation to visitors: A Visitor Application, Special Requirements for Contractors Performing Work at Plum Island Animal Disease Center and Approval of Foreign Visitor (for permanent-resident, non-US citizens, employed by the contractor. This documentation is to be completed and submitted to PIADC at least three days prior to any visits by U.S. citizens and possibly a month prior to any visits by non-U.S. citizens. The evaluation factors are as follows: Factor 1: Past Relevant Experience of Offeror: The Government will not award to an offeror that receives a Marginal or lower rating in this factor. The factor will be considered marginal or lower when: A minimum of one (1) relevant project for each phase of the project (design bulkhead, construct or perform dredging) is not submitted. The Offeror as a Team will demonstrate past experience by providing relevant experience for each phase of the project. Factor 2: Past Performance of Offeror: The Government will not award to an offeror that receives a Marginal or lower rating in this factor. The factor will be considered marginal or less when: One (1) or more relevant phases of the project receive an unsatisfactory rating, Two (2) or more phases of the project receive a marginal rating. Offerors with no past performance information will be rated Unknown.
Factor 3: Performance Schedule: The Government will not award to an offeror that receives a marginal or lower rating in this factor. The factor will be considered marginal or lower when: A Performance Schedule which includes all the phases of the project is not provided, The offerors performance schedule does not meet the completion period required in Block 11 of the SF 1442, does not include material acquisition and does not conform to the dredging environmental window of October 1 to January 15.
Factor 4: Team Resources, Management and Personnel: The Government will not award to an offeror that receives a marginal or lower rating in this factor. The factor will be considered a marginal or lower when: One (1) or more of the mandatory team members are not specified on a Key Personnel Resume Form, One (1) or more of the mandatory team members do not meet the specified requirements.
Point of contact for this project is SGT Tshura Jones at 917-790-8081.
Plans and specification for Solicitation W912DS-08-R-0018 will be available on or about 10 June 2008. Proposal due date is on or about 10 July 2008 at 2:00 PM (Eastern Standard Time). The media selected for issuance of the synopsis/solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the Internet and CD-ROM. Paper copies of this solicitation and amendments if any will not be available or issued. Interested parties may download and print the solicitation at no charge at https://www.fbo.gov. All vendors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov). Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.gov) or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be no automated email notification of amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. Some contractor tools are the following: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at Federal Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors to download solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using A5. Internet Explorer 6.0 the recommended Browser. However, Internet Explorer 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5. x are also compatible. Utilization of the Internet is the preferred method, however CDs will be available upon written request stating the solicitation number, or project name, complete company name and street address (we will not deliver t o P.O. Boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $15.00 to USACE, NY. DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense (CCR) Database prior to award. Lack of registration in the CCR will make an offeror ineligible to download the solicitation and for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at https://www.ccr.gov. SGT Tshura Jones, Contract Specialist, US Army Corps of Engineers, New District, 26 Federal Plaza, Room 1843 New York 10278-0090 Phone: 917-790-8081. Fax: 212-264- 3013 or via email SGT Tshura [email protected].

Contracting Office Address: US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090

Place of Performance: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY 10278-0090 US

Point of Contact(s): Tshura Jones, 9177908081 US Army Engineer District, New York

Contracting Office Address: US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090

Place of Performance: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY 10278-0090 US

Primary Point of Contact: Tshura D Jones. [email protected]. Phone: 9177908081; Fax: 2122643013

Secondary Point of Contact: Shaukat M Syed
[email protected]; Phone: 917-790-8176

Source: FedBizOps