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

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

Reconstruction of Long Beach Road
Infrastructure
Bidding
$3,000,000 CJ est. value
Saint James, NY 11780

Costco Fuel Station / Commack
New Construction, Infrastructure
Sub-Bidding
$1,885,000 CJ est. value
Commack, NY 11725

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

Last Updated 09/26/2022 06:34 AM
Project Title

Fire Island Inlet to Montauk Point, Suffolk County Contract 2 Project

Physical Address View project details and contacts
City, State (County) Babylon, NY 11702   (Suffolk County)
Category(s) Heavy and Highway
Sub-Category(s) Dock/Pier/Marine, Site Development
Contracting Method Bids by Invitation, Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $24,498,050 [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 23, 2022 Contract Award Number: W912DS22C0021 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: M9LFLA6K8HE4 Contractor Awarded Name: Great Lakes Dredge & Dock Company, LLC Contractor Awarded Address: Houston, TX 77024-1273 USA Base and All Options Value (Total Contract Value): $24498050.00 USACE New York District (CENAN) is executing the construction of the Fire Island Inlet to Montauk Point (FIMP), Contract 2 - Dredging Moriches and Shinnecock Inlets. FIMP Contract 2 is located between Smith Point County Park and Shinnecock Inlet, and includes the following features: inlet sand bypassing, beach fill on Atlantic shorefront, and one coastal process feature (CPF). Project: Invitation for Bids (IFB) - Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 2 Project 1. 100% Unrestricted Full and Open Competition w ith Hubzone Price Evaluation preference. 2. NAICS Code 237990, Size Standard $32,500,000 3. Project is estimated at Project Magnitude Range: $25,000,000-$100,000,000 4.Contract Specialist is Michael McCue, michael.l.mccue@usace.army.mil Submit bids no later than 2:00PM EST on 15 August 2022 (or as amended) to: U.S. Army Corps of Engineers New York District, Contracting Division, Room 16-300, 26 Federal Plaza, New York, NY 10278-0090 Due to hightened Security at U.S. Government installations, all Bidders are instructed to allow ample time to get through the security checkpoint in order to have their bids delivered before 2:00PM EST on the date of the bid opening. POP 01-SEP-2022 TO 17-MAR-2023 NOTES TO BIDDERS 1. Materially unbalanced bids will be rejected. An unbalanced bid is one which is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. W912DS22B0020 Page 9 of 52 2. The bidders are required to bid on all items or their bid will be rejected. 3. The low bidder for the purpose of award will be the conforming responsible bidder offering the lowest amount for the Total Base Bid and Optional Bid items. 4. Line item 0005 is pre-priced at $100,000 and this price shown may not be changed. See Section 01 78 00 for Final Record Drawing definition and requirement. 5. The Bid Acceptance Period is as stated on Standard Form 1442. 6. Tapering is included in the items and exact locations are on the plan sheets. 7. All work must be completed by March 17, 2023 due to environmental restrictions. 8. The Government is under no obligation to exercise/award any option. 9. Optional item 0006, if awarded, will be awarded within 90 calendar days from issuance of the Notice to Proceed (NTP). No additional time will be added for exercised options. CPARS The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. The Contractor Performance Assessment Reporting System (CPARS) is a web enabled application the supports the completion, distribution and retrieval of all contract performance evaluations. Contractor Representative are responsible for reviewing and commenting on evaluations submitted on the Contractor Performance Assessment Reporting System (CPARS) website at https://www.cpars.gov/index.htm. NOTICE REGARDING BID BONDS, PEFORMANCE BONDS, AND PAYMENT BONDS The Standard Forms (SF24, SF25, and SF25A) for these bonds have been revised as of August 2016. When including your bid/offer, contractors/sureties shall use the revised versions. No other version will be valid and thus may render your bid/offer nonresponsive. BID SUBMISSION REQUIREMENTS Contractors are required to deliver Bids to 26 Federal Plaza room 16-300 the designated recipient of bids is Nicholas Emanuel (917)790-8069. Bids are due no later than 15 August 2022 at 2:00 P.M. Bid opening will happen on 15 August 2022 at 2:00 P.M. EST Contractors are encouraged to wear a mask on the main floor and are required to wear a mask on floor 16. The government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive proposals. Offerors are responsible for ensuring that Bids are submitted so as to reach the designated recipient and designated location. Offerors are responsible for allowing sufficient time for the bids to be received in accordance with the instructions provided. Contractors will not be allowed to physically be in the conference room during the bid opening however Bidders are encouraged to call into the following teleconference line: Call number +1-844-800-2712 US Toll Free +1-669-234-1177 US Toll Access code: 199 476 8533 Bidder must keep their phone on mute as to not disrupt the reader. Please limit the amount of company employees calling into the line so that the line does not disconnect. The abstract of bids will be posted to the Beta.Sam website. *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