Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

Y -- Hampton North Jetty Repairs, Hampton, New Hampshire

Notice Date
5/19/2022 10:15:32 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ22B0013
 
Archive Date
07/01/2022
 
Point of Contact
Heather Skorik, Phone: 9783188040, Ben Hoell, Phone: 9783188084
 
E-Mail Address
heather.skorik@usace.army.mil, benjamin.g.hoell@usace.army.mil
(heather.skorik@usace.army.mil, benjamin.g.hoell@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New England District will be issuing Invitation for Bids for the Hampton North Jetty Repairs at the Hampton Harbor Federal Navigation Project, located in Hampton, New Hampshire. This procurement is an Unrestricted Invitation for Bid (IFB). The NAICS code for the work is 237990 with a size standard of $39.5M. Construction is expected to take about 4 months to complete. The estimated construction cost is $5,000,000 to $10,000,000. Any responsible source meeting this standard may submit a bid to be considered by the New England District. This project will require both land-based and floating marine plant construction methods to address damages sustained during a vessel strike in 2016 and consecutive Nor�easters which occurred in March 2018. �The north jetty repair work involves reconstruction of sections of the jetty, as well as widening of the jetty crest to create a more robust structure. Repairs will involve roughly 465 linear feet of the jetty. To perform durable repairs, the jetty will be dismantled to just below the Mean Lower Low Water (MLLW) water line and reconstructed with underlayer stone and armor stone of an increased size. On the ocean side of the jetty, repairs will occur below MLLW to existing grade and include construction of a new jetty toe. The armor stone thickness will be increased from one armor stone layer to a minimum of two armor stones at all locations within the repair area for an armor stone depth of approximately 9 feet. Existing 6�10-ton armor stone in the repair area in good condition will be reused in the jetty structure, and existing 3-4 ton armor stone will be used to construct the new toe. Any stone removed and not reincorporated into the structure, to include a combination of existing core/underlayer stone and undersized armor stone, will be placed along the jetty toe on either the ocean-side or channel-side of the jetty. � Approximately 8,000 tons of new armor stones, ranging from 6 to 10 tons each will be incorporated into the jetty as well as existing stones will be repurposed into the design. �Approximately 2,000 tons of new underlayer stone will also be required. �The work on this project is anticipated to be primarily from the oceanside of the structure and includes dismantling, removing, stockpiling, reworking and reinstalling existing armor stone; and the testing, acquiring and installation of new underlayer stone and armor stones in the repair area. The jetty repair area is located directly offshore, adjacent to the navigation channel. Repair operations can start on August 1, 2022, for marine based while land-based can begin September 15th. �All work must be complete by March 15, 2023. �Due to events at the State Park, land-based staging/storage/access area is available starting on 26 September 2022. This is not an invitation for bids at this time. The solicitation requirements and contract documents to include instructions for submission and the response date will be available on or about early-June 2022. Neither telephonic, mailed nor faxed requests for hard copies of this solicitation will be accepted. The solicitation will only be available online; in order to download and submit a proposal/bid for the solicitation offerors must registered in the System for Award Management (https://sam.gov) and the Procurement Integrated Enterprise Environment (https://piee.eb.mil/). �All responsible sources may submit a bid which shall be considered by the New England District. Additional questions may be emailed to the Contract Specialist at heather.m.skorik@usace.army.mil. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e1b4fbd9dd6b4608ba6a2ad748294e5f/view)
 
Record
SN06332271-F 20220521/220519230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.