Sources Sought - NPS Beach Channel Drive Bulkhead

Agency:
State: New York
Level of Government: Federal
Category:
  • 38 - Construction, Mining, Excavating, and Highway Mainenance Equipment
Opps ID: NBD00159810478302077
Posted Date: Feb 14, 2024
Due Date: Feb 29, 2024
Source: Members Only
Sources Sought - NPS Beach Channel Drive Bulkhead
Active
Contract Opportunity
Notice ID
W912DS24S0027
Related Notice
Department/Ind. Agency
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 14, 2024 01:15 pm EST
  • Original Published Date: Feb 14, 2024 12:12 pm EST
  • Updated Response Date: Feb 29, 2024 02:00 pm EST
  • Original Response Date: Feb 29, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 15, 2024
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Rockaway Beach , NY
    USA
Description View Changes

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION.



The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications to perform A-E services for surveying and mapping. Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov.



The U.S. Army Corps of Engineers (USACE), New York District (CENAN-NYD) was tasked by the National Park Service (NPS) to procure a design build contractor for the replacement of the existing bulkhead managed by the National Park Service along Beach Channel Drive at Jacob Riis Park. The objective of the project is to extend the service life of the bulkhead for 100 years.



Jacob Riis Park is located at the western end of the Rockaway peninsula bounded by the Atlantic Ocean to the south and Jamaica Bay to the north. Existing features of the site include the NPS bulkhead which runs parallel to Beach Channel Drive, a paved multi-use trail for use by bicyclists and pedestrians, and a paved utility path which runs adjacent to the wall and covers a continuous drain line. Storm drain pipes carry water from a nearby parking area and extend through the bulkhead. The existing bulkhead begins at the rock revetment east of the Marine Parkway Bridge and continues beyond the extents maintained by the NPS. Only the portion of the existing bulkhead maintained by NPS will be replaced. The total bulkhead length maintained by NPS is approximately 5,300 linear feet.



The bulkhead was initially constructed prior to 1940. The existing bulkhead is comprised of a steel sheet pile wall embedded into sediments to an unknown depth below the mudline, and anchored near its top using steel tie rods, which connect to timber anchor piles located approximately 30 feet landward of the wall. Later, a concrete “seal” of unknown thickness was applied to the face of the bulkhead. A timber “fender” system is currently attached to the face of the concrete; this was likely used as formwork for the concrete seal and left in place when work was completed. At some point in its lifetime, a concrete cap and metal guardrail was added to the top of bulkhead.



In addition to replacement of the bulkhead, the entire paved multiuse trail running adjacent to the wall will need to be repaved. The paved utility path which runs adjacent to the wall and covers a continuous drain line will need to be replaced. Damaged portions of the existing reinforced concrete pipe storm drain pipes under the parking lot will be relined and the lines will be extended beyond the outer face of the new steel pile bulkhead.



The contractor shall ensure that the project will comply with all Federal, State and local law, regulations, and ordinances relating to the performance of this work. The contractor will be required to procure all required permits, certifications and licenses required by Federal, State, and local law for the execution of this work and must perform the necessary investigations and analysis required to prepare the applications. Permits might include but are not limited to those needed for work in the vicinity of structures potentially listed on National Register of Historic Places, compliance with USACE Nationwide Permits (NWP) 3 and 18, wetland delineation and mitigation (if required), NYSDEC permits and NYSDOS permits and shall submit evidence of such permits and approvals to the government.



Once the contract is awarded, the contractor will be required to commence work within five (5) calendar days after the date of receipt of the Notice to Proceed.



The proposed work is anticipated to take place beginning in the fall of 2025.

SURVEY OF THE BULKHEAD CONSTRUCTION INDUSTRY



The following confidential survey questionnaire is designed to apprise USACE of prospective bulkhead contractors’ project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Jacob Riis Beach Channel Drive bulkhead replacement project.



General



1) Have you ever worked on replacement of the existing bulkhead 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) Have you performed replacement of the existing bulkhead within the waters of the NPS Gateway National Recreation Area? If so, please describe the project and for whom the work was performed.



3) What percentage of work (bulkhead replacement, trail paving, utility path replacement, storm pipe lining/extension) can you perform with your own equipment or equipment owned by another contractor?



4) Have you performed replacement of the existing bulkheads following NWP 3 and 18, delineation and mitigation of wetlands, obtained NYSDEC or NYSDOS permits or worked on structures potentially listed on National Register of Historic Places. Have you had experience in preparing Floodplains and Wetlands SOF? If so, please describe the project and for whom the work was performed.



5) Would you be willing to bid on the project previously described? If the answer is No, please explain why not.



6) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?



7) Is there a dollar limit on the size of contract that you would bid? If so, what is that limit?



8) What is the largest replacement of the existing bulkhead contract, in dollars, on which you were the prime contractor?



9) What is your bonding capacity per contract? What is your total bonding capacity?



10) Do you have experience using USACE Resident Management System (RMS) 3.0 for delivering Submittals, Daily Dredging Reports and Pay Estimates?



11) Do you have experience applying USACE EM 385-1-1 and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes.





The associated North American Industry Classification System (NAICS) codes for this notice is 237990 - Other Heavy and Civil Engineering Construction.



The contract length will be a maximum of 5 years.



The total contract capacity will not exceed $45,000,000.



All interested, capable, qualified, and responsive AE firms are encouraged to reply to this announcement. The Government is requesting that interested AE firms furnish the following information:




  1. Company name, address, point of contact, telephone number, and e-mail address.

  2. Geographical areas in which you are capable of servicing. State whether or not your firm and its employees currently have a security clearance, and if so, what level.

  3. State whether or not your firm and its employees currently have a security clearance, and if so, what level.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >