Federal Contract Opportunity

Last Updated on 30 May 2025 at 6 PM
Solicitation
New york New york

DREDGE MULTIPLE SITES AT U.S. COAST GUARD SECTOR LONG ISLAND SOUND, STATION SHINNECOCK, HAMPTON BAYS, NY

Details

Solicitation ID 70Z0G125BSLIS0999NP
Posted Date 30 May 2025 at 6 PM
Response Date 15 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Ceu Providence(000g1)
Agency Department Of Homeland Security
Location New york New york United states 11946

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Federal Prison Industries Incorporated

Herlong Phoenix Lompoc Jesup Bastrop Sandstone Victorville Otisville Manchester Greenville Lewisburg Ray brook Waseca Seagoville Atlanta Alderson Bruceton mills Inez Texarkana Minersville Tucson Washington Miami Fairton Lewis run Coleman Pollock El reno Terre haute Ashland Memphis Dublin Oxford Danbury Marion Safford San pedro Littleton Lexington Fort dix Beaumont Bennettsville Petersburg Allenwood Talladega Edgefield Big spring Pekin Glenville Leavenworth Butner Fort worth Loretto

Sign up to access Documents

Signup now

DREDGE MULTIPLE SITES AT U.S. COAST GUARD SECTOR LONG ISLAND SOUND

STATION SHINNECOCK, HAMPTON BAYS, NY (SUFFOLK COUNTY)

This synopsis is issued in accordance with FAR Part 14 and 19.  This acquisition is a 100% Set-Aside to Small Businesses.  The applicable NAICS Code is 237990 – Other Heavy and Civil Engineering Construction with a Small Business Size Standard of $45.0 Million.  The Product Service Code is Z1PZ – Maintenance of Other Non-Building Facilities.

The United States Coast Guard, Civil Engineering Unit Providence (USCG CEUP), has a construction project to perform maintenance dredging of the boat basin and entrance channel. The location of the work is U.S. Coast Guard, Station Shinnecock, 100 Foster Avenue, Hampton Bays, NY  11946.

Scope of Work:

Provide all supervision, labor, equipment, and materials to perform maintenance dredging of the boat basin and entrance channel at U.S. Coast Guard STA Shinnecock. The dredge volume is estimated to be approximately 5,800 CY, with material consisting of silt and sand. The contractor shall complete work using mechanical dredging techniques to the horizontal and vertical limits shown on the Drawings. The contractor shall construct a CDF at the upland location shown to temporarily dewater dredged material. The CDF shall consist of a bermed, straw bale, and/or silt fence perimeter and include a pipe outlet sediment trap for return flow water and a stabilized construction access way. Once suitably dewatered, the contractor shall transport dredged material to a state-approved upland disposal facility. The Contractor is responsible for identifying and retaining a disposal facility to accept the dredged material for final disposal. After dredging is completed, the contractor shall dismantle the CDF and all other temporary facilities and restore the area to its previous condition and elevation and place loam and seed. The contractor shall complete all work in accordance with the contract documents and the Federal, State, and local regulatory permits received for the project. All in-water work shall be completed within the permitted October 1 to December 31 dredge window.

The estimated price range of this Project is between $ $1,000,000 and $5,000,000. Payment and Performance bonds will be required.

A solicitation for this requirement will be posted, along with the specifications and drawings, to SAM.gov on or about June 16, 2025.  Sealed bidding procedures, in accordance with FAR Part 14, will be utilized.  The tentative date set for bid opening is July 15, 2025 at 2:00p.m., local time Warwick, RI. 

Bids must be valid for a minimum of 90 days.

The period of performance is 300 calendar days from issuance of the Notice to Proceed.

Our office no longer issues solicitation or amendments in paper form.  All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue at the following site http:// SAM.gov.  To receive immediate notification of all changes posted electronically, vendors should click on [Register to Receive Notification]. All vendors interested in teaming or subcontracting for this solicitation, should click on [Register as Interested Vendor].  In order to view a list of interested vendors, interested parties should click on [View List of Interested Vendors].  A list of interested vendors is only available by registering electronically for this solicitation.  Vendors MUST be registered in the System for Award Management database through www.SAM.gov in order to receive a federal government contract.  

THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY OF OUR INTENTION TO POST AN INVITATION FOR BID (IFB) ON OR ABOUT JULY 15, 2025.  THIS NOTICE IS NOT AN INVITATION FOR BID.  BIDS RECEIVED AS A RESULT OF THIS PRESOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED.