SOLICITATION NOTICE
Z -- MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, NY
- Notice Date
- 6/27/2025 7:35:24 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- CEU PROVIDENCE(000G1) WARWICK RI 02886 USA
- ZIP Code
- 02886
- Solicitation Number
- 70Z0G125BSNY00007NP
- Response Due
- 7/10/2025 9:00:00 PM
- Archive Date
- 07/31/2025
- Point of Contact
- Nadine Provost, Contract Specialist, Phone: 4017361766, Sean Waldron, Phone: 4017361721
- E-Mail Address
-
Nadine.M.Provost@uscg.mil, sean.e.waldron@uscg.mil
(Nadine.M.Provost@uscg.mil, sean.e.waldron@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 70Z0G125BSNY00007 PRE-SOLICITATION NOTICE ISSUE DATE: 6/27/2025 MAJOR M&R WATERFRONT, U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, NY, PSN 18362253 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 Z2PZ Repair or Alteration of Other Non-Building Facilities. The United States Coast Guard, Civil Engineering Unit Providence (USCG CEUP), has a construction project to replace several floating docks and for the repair of guide piles at U.S. Coast Guard, Station New York, 10 Search Lane, Staten Island, NY 10305. Scope of Work: Provide all supervision, labor, equipment, and materials for the following Base Bid Item #1: Replace Main Floating Dock: Replace the existing main floating dock with a new floating dock of the same size and footprint; remove and reinstall the existing shore tie electrical panel/stanchion and telephone box/stanchion on the replacement floating dock; replace the shore tie electrical lines and route through internal utility chases and pull boxes; and replace multiple steel pile guide frames. Repair MRG Floating Dock Guide Piles: Recoat piles F1 through F17 and install sacrificial anodes on piles F1 through F11. Repair Boarding Floating Dock Guide Piles: Recoat piles B1 through B5 and install sacrificial anodes on piles B1 through B5. Repair South Breakwater: Replace deteriorated vertical timber facing boards (180 EA); recoat the steel support piles, pile connections, and steel framing; and install sacrificial anodes on the steel support piles and steel frames. Repair North Breakwater: Replace deteriorated vertical timber facing boards (30 EA); recoat the steel support piles, pile connections, and steel framing; install sacrificial anodes on the steel support piles and steel frames; and repair the overhead lighting electrical line. Repair South Pier: Install methacrylate flood coat on topside of deck; repair concrete curb spall; repair concrete pile cap cracks and spalls; replace support pile concrete encasements; and remove guide pile posts. Seawall: Repair various cracks and spalls at the boat ramp return wall, north return wall, and curbs; repoint exposed stone masonry in north return wall; repair void in seaward face; reseal cap expansion joints; recoat the wale splice plates; install wale splice plate anchors; recoat the wale tie rods; and place riprap along toe area north of boat ramp. In addition, there are four (4) optional bid items as follows: Optional Bid Item #1 Replace Floating Dock F: Replace the existing floating dock F with a new floating dock of the same size and footprint; and replace multiple steel pile guide frames. Optional Bid Item #2 Replace Floating Docks A&B: Replace the existing floating docks A and B with new floating docks of the same size and footprint; remove and reinstall the existing shore ties/stanchions on the replacement floating docks; replace the shore tie electrical lines and route through internal utility chases and pull boxes; and replace multiple steel connection frames and steel pile guide frames. Optional Bid Item #3 Replace MRG Floating Dock Gangway: Replace the gangway, upper support hinge, rollers, roller guide wear plate, and transition plate. Optional Bid Item #4 Misc Site Repairs: Remove the boat hoist trolley crane from the south pier; and replace the north fence end panel and end guard. PLEASE NOTE: BRAND NAME SOLE SOURCE: Replacement Floating Docks must be a product of Bellingham Marine 35 51 13.00 20, Concrete Floating Pier for Small Craft; Part 1.4. Bellingham Marine precast concrete floating docks, consisting of precast concrete modules interconnected with continuous timber wales and thru-rods. This brand of floating dock is currently installed at the unit and is required for the Main Floating Dock, Floating Dock A&B, and Floating Dock F for compatibility purposes (i.e., in order for the new floating docks to properly connect to the existing floating docks to remain in place). ADDITIONAL INFORMATION: Work shall be performed in three (3) phases at the MRG Floating Docks, South Breakwater, and Boarding Floating Dock as shown on the drawings. Work at the remaining project components can be performed independent of these phases with the exception of the methacrylate flood coat installation at the South pier which should be done during Phase 2 when access to the pier will be limited. Work shall be conducted such that navigation through the boat basin and entrance channel is possible at all times. The estimated price range of this Project is between $5,000,000.00 and $10,000,000.00. 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 15 July 2025. Sealed bidding procedures, in accordance with FAR Part 14, will be utilized. The tentative date set for bid opening is August 26, 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. All relevant solicitation documents, including specifications and drawings may be accessed for download beginning on the date of issue on this website: http:/SAM.gov. Any amendments to the solicitation will be posted on SAM.gov. Offerors are required to acknowledge all amendments with their bids. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d6fb2970032248c9a58f28004980c364/view)
- Place of Performance
- Address: Staten Island, NY, USA
- Country: USA
- Country: USA
- Record
- SN07492056-F 20250629/250627230042 (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 |