FBO Notice Date 11/06/19
BIDS Reference Number 282
Document Type: Sources Sought
Maintenance, Repair, And Alteration Of Real Property

Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 02886-1379

Z -- DREDGE BOAT BASIN (FY20) USCG STATION SHINNECOCK, HAMPTON BAYS, NY SOL 70Z0G1-20-S-DREDGESTASHIN DUE 111519 POC Teresa L. Lamphere, Contracting Officer, Phone 401-736-1785, Fax 401-736-1704, Email Teresa.L.Lamphere@uscg.mil - Jean M Bretz, Sr. Field Contracting Officer, Phone (401)736-1765, Fax 401-736-1704, Email JEAN.M.BRETZ@USCG.MILSOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THISIS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns, Woman-Owned Small Business concerns or Small Business concerns, or solicit Unrestricted. The applicable North American Industry Classification System (NAICS) code is 237990, with a small business size standard of $27.5 Million. The estimated value of the procurement is between $2,000,000 and $2,500,000. Performance and/or Payment bonds will be required.

The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel/resources, equipment, and capability to perform the following work:

At STA Shinnecock, there are two separate areas to be dredged. The Base Bid,"Area A", is the boat basin. Optional Bid Item 1, "Area C", is Ponquogue Channel South.

Area A - Base Bid: Mechanically dredge approximately 4,933 cubic yards (CY) at the north half of the boat basin, and entrance to the boat basin, at STA Shinnecock. Dredge to -8' below Mean Lower Low Water (MLLW), plus a 1' of allowable over-dredge to -9' MLLW. Dredge back slopes at a ratio of 1 vertical to 3 horizontal. Material dredged beyond -9' MLLW will not be paid for. Due to the high silt content of the dredge spoils, mechanical dredging will be necessary. Stay 5' away from the existing steel sheet pile breakwater structure and any other structures. Dredging will be needed around the existing USCG floating docks. Contractor will have to temporarily remove and relocate the floating docks to a separate area one at a time within the boat basin. All existing floating dock guide pileswill remain. While the floating docks are temporarily relocated, USCG boats will not use them. Once the area around the floating docks is dredged, contractor shall return and reinstall the floating docks, including the existing gangways. Dredge spoils will be de-watered on-site at STA Shinnecock, and then trucked to 110 Sand Company landfill in Melville, NY for final disposal. The de-watering area must not allow any water runoff to return to Shinnecock Bay. The upland site will need to be fully restored to its pre-dredge condition at the end of the project. Final permits are in the process of being secured. We are anticipating the dredge work to begin as early as the summer of 2020, or no later than the fall of 2020. The dredge material ranges from 13% to 69% sand, 49% to 65% silt, up to 21% clay, and up to 2% gravel, depending on the location within the dredge area.

Area C - Option Bid Item 1: Mechanically dredge approximately 4,810 cubic yards (CY) from the channel leading to USCG STA Shinnecock, which is locally referred to as Ponquogue Channel South. Dredge to -9' below MLLW, plus a 1' of allowable over-dredge to -10' MLLW. Dredge back slopes at a ratio of 1 vertical to 3 horizontal. Material dredged beyond -10' MLLW will not be paid for. USCG is seeking permits to allow either mechanical or hydraulic dredge methods to be used forthe channel, as there is a higher sand content in the channel, however, due to lack of room on-site at STA Shinnecock to construct an adequate confined dewatering facility to dewater hydraulic dredge spoils, the dredge method for the channel shall be restricted to mechanical means only. Dredge spoils will be de-watered on-site at STA Shinnecock, and then trucked to 110 Sand Company landfill in Melville, NY for final disposal. If hydraulic dredging is used, then a confined de-watering facility (CDF) will need to be constructed on-site at STA Shinnecock, to de-water the dredge spoils from the hydraulic dredge. The upland site will need to be fully restored to its pre-dredge condition at the end of the project. Final permits are in the process of being secured. We are anticipating the dredgework to begin as early as the summer of 2020, or no later than the fall of 2020. The dredge material ranges from 79% to 93% sand, 2% to 7% silt, up to 7% clay,and up to 5% gravel, depending on the location within the dredge area.

NOTE: The dredge work around the floating docks at STA Shinnecock will need to proceed as quickly as possible, to minimize the relocation time of the floating docks. The dredge quantity around the floating docks themselves is not expected to be very high.

To be further refined, but roughly 3 months are expected from contract awardto 100% contract completion for each of the dredge areas.

If your firm is interested in this requirement, and intends to submit an offer on this acquisition, please respond by email to and with "Sources Sought Notice 70Z0G1-20-S-DREDGESTASHIN" in the subject line.

Your response MUST include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as prime contractor; (b) evidence of bonding capacity; (c) a statement identifying your certified small business designation (if any); and, (d) evidence of prior successful dredging experience in the Long Island Sound area -- to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers. Your response is required no later than 15 November 2019. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside.

CITE: https://www.fbo.gov/spg/DHS/USCG/USCGCEUP/70Z0G1-20-S-DREDGESTASHIN/listing.html