Similar Projects
Suffolk Avenue Commercial Building
New Construction, Infrastructure
Conception
$600,000 CJ est. value
Brentwood, NY 11717

Wheeler Road Assisted Living Facility and Retail Development
New Construction, Infrastructure
Conception
$5,000,000 CJ est. value
Hauppauge, NY 11788

205 Osborn
Demolition, New Construction, Infrastructure - 4,000 SF
Design
$14,000,000 CJ est. value
Riverhead, NY 11901

AutoZone # 5683 / Lake Grove
New Construction, Infrastructure - 7,000 SF
Design
$1,500,000 CJ est. value
Saint James, NY 11780

Priority Surface Treatment Northern Boulevard (NY 25A), Various Locations Towns of North Hempstead, Oyster Bay and Huntington
Infrastructure
Bidding
$15,000,000 CJ est. value
Huntington, NY 11743

Bridge Rehabilitation - NY Route 27 (WB) over Barnes Road
Infrastructure
Bidding
$7,000,000 CJ est. value
Brookhaven, NY 11772

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

Grading, Material Placement, Clearing, Excavating and Misc. Sitework Zone A
Term Contract
Post-Bid
NY

Shinnecock Canal Marina Bulkhead Rehabilitation
Infrastructure
Results
Yaphank, NY

Reconstruction of The Bulkhead at Timber Point Police Marina
Infrastructure
Results
Islip, NY

Beaver Dam Road Stormwater Management
Infrastructure
Construction
$419,878 CJ est. value
Brookhaven, NY 11752

Sunrise Highway Retail Building
Demolition, New Construction, Infrastructure
Pending Verification
$600,000 CJ est. value
Bay Shore, NY 11706

7-Eleven - Flanders Road Gas Station Redevelopment / Riverhead
Demolition, New Construction, Infrastructure - 3,024 SF
Pending Verification
$800,000 CJ est. value
Riverhead, NY 11901

Second Avenue Apartment Building
New Construction, Infrastructure
Conception
$800,000 CJ est. value
Bay Shore, NY 11706

Seal coating
Infrastructure
Design
$300,000 CJ est. value
Oakdale, NY 11769

Last Updated 09/13/2022 06:32 AM
Project Title

STA Fire Island - Dredge Boat Basin

Physical Address View project details and contacts
City, State (County) Fire Island, NY 11770   (Suffolk County)
Category(s) Heavy and Highway
Sub-Category(s) Dock/Pier/Marine, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $838,229 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 08, 2022 Contract Award Number: 70Z0G122CABCD0016 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: NG6TKNHRJSB3 Contractor Awarded Name: Terry Contracting & Materials, Inc. Contractor Awarded Address: Riverhead, NY 11901-5207 USA Base and All Options Value (Total Contract Value): $838229.00 SOLICITATION NUMBER: 70Z0G122BABCD0143 ISSUED: 22 JULY 2022 QUESTIONS DUE: 4 AUGUST 2022 AT 4:00 PM LOCAL TIME, WARWICK, RI BIDS DUE: 23 AUGUST 2022 AT 2:00 PM LOCAL TIME, WARWICK, RI FOR: DREDGE BOAT BASIN USCG STA FIRE ISLAND BABYLON, NY (SUFFOLK COUNTY) PSN 9829701 IMPORTANT - NOTICE TO BIDDER 1. Read the ENTIRE solicitation (Sections A through M, pages 1 through 26) a) See Section L for instructions b) Sign and return ONE original of the entire solicitation form (see SF 1442, Section B, Section I and Section K for applicable fill-in information). 3. Bidders offering less than 90 calendar days for acceptance WILL NOT BE considered and WILL BE rejected. 4. Submit any QUESTIONS to the Contracting Officer via email at Teresa.L.Lamphere@uscg.mil not later than 04 August 2022, AT 4:00 PM LOCAL TIME, WARWICK, RI. 5. Email, telegraphic, telephonic, or facsimile bids will NOT be accepted. 6. Bid results will be available on-line at https://sam.gov 7. This solicitation is issued as a 100% Total Small Business Set-aside, pursuant to FAR Parts 5, 14, & 19. 8. Bidder shall include all APPLICABLE Federal, State, and Local taxes in their bid price. A tax exempt number will not be provided. 9. Performance Bonds and Payment Bonds will be required for 100% of the total award amount. 10. The Government reserves the right to cancel this solicitation, either before or after the closing date. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time- consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed. 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 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. CAUTION TO BIDDERS: You are urged to visit the site and take such steps as may be reasonably necessary to ascertain the nature and exact location of the work. Failure to visit the site for this purpose does not relieve you from the responsibility for estimating properly the difficulty or cost of successfully performing the work. SEE SECTION L FOR SITE VISIT INFORMATION. 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. Bidder shall include all applicable federal, state, and local taxes in their bid price. A TAX EXEMPT NUMBER WILL NOT BE PROVIDED. SITE VISIT (CONSTRUCTION) (FEB 1995) a. The clauses at 52.236-2, "Differing Site Conditions," and 52.236-3, Site "Investigation and Conditions Affecting the Work," will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where work will be performed. b. All interested offerors shall contact the Station Fire Island EPO to arrange a site visit time and date: MK1 Juan A. Caraballo (EPO) 1 Rescue Road Babylon, NY 11702 (631) 661-9100 Juan.A.Caraballo@uscg.mil *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 35 - Waterway and Marine Construction, Common Work Results for Waterway and Marine Construction, Waterway and Marine Construction and Equipment, Marine Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents