Repair Waterfront -- USCG Station Montauk (Montauk, New York)
ID: 70Z0G124BSLIS0121Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDCEU PROVIDENCE(000G1)WARWICK, RI, 02886, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair Waterfront project at the USCG Station Montauk in New York, under Solicitation Number 70Z0G124BSLIS0121. The project entails the replacement of a concrete floating dock for small boats and repairs to various waterfront structures, including a fixed timber pier and a stone gabion bulkhead, with an estimated project value between $1 million and $5 million. This initiative is crucial for maintaining operational readiness and safety at the Coast Guard station while supporting small business participation in federal contracting. Interested contractors must submit their bids by September 12, 2024, and are encouraged to contact Cam Ormiston or Sean Waldron for further details.

    Files
    Title
    Posted
    This document is an amendment to a government solicitation identified by contract number 70Z0G124BSLIS0121. Issued by the USCG Civil Engineering Unit in Providence, Rhode Island, this amendment updates various solicitation details, including wage determinations and contract clauses. Key changes include the introduction of a new wage determination (NY20240012) as of August 23, 2024; revisions to FAR clauses regarding insurance, minimum wage requirements, and pollution prevention; and specific updates to whistleblower rights language. Additionally, provisions regarding the prohibition of contracting with Kaspersky Lab and limitations on subcontracting are emphasized. This amendment necessitates acknowledgment from potential offerors, reiterating the importance of compliance with updated federal guidelines and requirements. These modifications are fundamental for contractors to ensure fair labor practices and adherence to federal laws while engaging in government projects. By enhancing contract terms, the amendment aims to provide clarity and ensure that contractors, especially small businesses, remain informed of evolving regulations impacting their operations.
    The document outlines the abstract of offers for the construction project titled "Repair Waterfront – USCG Station Montauk" in Montauk, New York. It details the solicitation number (70Z0G124BSLIS0121), the issuance and opening dates, and provides information from the U.S. Coast Guard Civil Engineering Unit Providence. The contracting bids from several offerors are summarized, including Chesterfield Associates, Inc. and Terry Contracting & Materials, Inc., with respective total bid prices of $1,410,000.00 and $1,101,360.00. Additional offers are presented from Waterside Contracting Corp, indicating a total bid price of $1,532,000.00. Bids are evaluated for their reasonableness and include bid security provisions. The document includes a section for amendments, acknowledging that two amendments were issued prior to bidding. The main purpose of the document is to consolidate and record contractor offers in response to a government solicitation, essential for the procurement process in the construction sector of the federal government. This abstract provides a concise overview of the bidding process and reflects standard operating procedures for federal contracting.
    The U.S. Coast Guard's project at the Montauk Station in Suffolk County, New York, focuses on the repair and replacement of critical waterfront structures, including a concrete floating dock for small boats, a fixed timber pier, and a stone gabion bulkhead. The proposed work includes one base bid item, which encompasses the complete replacement of the concrete floating dock and various repairs to the timber pier and gabion structures. Two optional bid items involve additional repairs and maintenance on the West Patrol Boat (WPB) floating pier. Detailed drawings accompany the project description, providing a comprehensive index, demolition plans, and construction specifications, including design criteria and environmental protection measures. Contractors must follow specific protocols for utility management, safety regulations, and environmental controls, ensuring adherence to relevant federal, state, and local codes. The project emphasizes minimal disruption to Coast Guard operations and includes several mandatory permits for maintenance and construction activities to protect the adjacent Lake Montauk and Long Island Sound from environmental impacts. This initiative underscores the government’s investment in sustaining and improving critical infrastructures while addressing safety and environmental concerns.
    The Department of Homeland Security's United States Coast Guard has issued an RFP for the Repair Waterfront project at USCG Station Montauk, New York. The project involves the replacement of a Concrete Floating Dock for small boats and the repair of several waterfront structures including a Fixed Timber Pier, Stone Gabion Bulkhead, and WPB Floating Pier. The contract requires comprehensive approaches for demolition, construction, and quality control as directed by the engineering team led by David J. Arpin, PE. Key components include the establishment of a construction schedule, adherence to safety and environmental regulations, obtaining necessary permits, and maintaining operations at the active Coast Guard station during construction. Importantly, the contractor is responsible for ensuring minimal disruption to station operations and for executing all tasks in accordance with federal and state regulations. The RFP outlines detailed work restrictions, administrative requirements, and procedural obligations, with submittals significantly necessary for project management. The emphasis on compliance and scheduling reflects a rigorous approach to government contracting aimed at operational efficiency and safety throughout the duration of the project.
    The document is an Invitation for Bid (IFB) for the repair of the waterfront at the USCG Station Montauk in New York (Solicitation Number: 70Z0G124BSLIS0121) issued on August 13, 2024. Key dates include the deadline for questions on August 29, 2024, and the bid submission deadline on September 12, 2024. This project is a Total Small Business Set-Aside and requires bidders to submit a 20% bid guarantee. The scope of work involves replacing a concrete floating dock, repairing various piers and bulkheads, and is estimated to cost between $1 million and $5 million. Bidders must include applicable taxes, performance bonds, and payment bonds for the total award amount. A mandatory site visit is recommended to assess requirements. The contractor must begin work within 10 days of the notice to proceed, with a completion timeframe of up to 285 days. This solicitation outlines specific contractual obligations, insurance requirements, and compliance with federal regulations, emphasizing small business participation and adherence to project specifications, including environmental considerations. The document illustrates the government's commitment to infrastructure maintenance and support for small enterprises within federal contracting.
    This document is an amendment to the solicitation for a contract identified by the number 70Z0G124BSLIS0121, issued by the US Coast Guard's Civil Engineering Unit in Providence, RI. The amendment, effective from September 10, 2024, primarily involves the deletion of a specific section related to ice loads from the specifications for a concrete floating pier meant for small craft. The particular section amended is Specification Section 35 51 13.00 20, Paragraph 1.5.2.1, Bullet h. The document instructs potential offerors to acknowledge receipt of the amendment in their proposals to ensure their offers are considered valid. All other terms and conditions of the original solicitation remain unchanged, signifying that this amendment only adjusts a specific technical detail without altering the overarching requirements of the contract. This action reflects ongoing modifications typical of procurement processes within federal and local government contracts, aimed at clarifying and refining project specifications to enhance competitiveness and compliance in bidding.
    The document comprises various federal and state/local Requests for Proposals (RFPs) and grants, emphasizing the government's commitment to facilitating project funding and procurement processes. Key topics include standardized submission procedures, eligibility criteria, and guidelines for successful bids. It outlines the importance of transparency and accountability in project implementation while ensuring adherence to federal regulations and policies. Supporting details highlight specific sectors and targeted areas for funding, including infrastructure improvement, health services, education, and technology advancement. Additionally, the document discusses the evaluation process for proposals, the timeline for submission, and the allocation of funds essential for project initiation. The overarching purpose of these RFPs is to stimulate economic growth, enhance public services, and address community needs through collaborative partnerships between government entities and service providers. This strategic approach fosters innovation and promotes social and economic development, underpinning the importance of effective governance through streamlined grant and proposal frameworks.
    The document appears to be a compilation of various government-related requests for proposals (RFPs) and grants at both federal and state/local levels. It emphasizes the importance of structured responses to these RFPs, guiding interested parties on how to prepare and submit their proposals effectively. Key elements include adherence to formatting guidelines, comprehensive project descriptions, budget outlines, and timelines, as well as collaboration with governmental agencies. The document also underscores the significance of addressing specific needs within proposals, ensuring that they align with the strategic goals of one’s respective agency or municipality. This includes an evaluation process that assesses the qualifications of the bidders, potential impacts, and compliance with regulatory standards. Overall, the content serves as a framework for potential contractors and grant applicants, intuitively laying out the necessary steps and considerations involved in engaging with government contracts and funding opportunities. The structured guidelines aim to foster transparency and encourage a competitive bidding environment for public projects while ensuring accountability and quality of outcomes.
    The file details a series of federal and local government initiatives outlined in requests for proposals (RFPs) and grants, focusing on community engagement, environmental sustainability, and public health. It emphasizes the importance of compliance with regulatory standards throughout various projects. The key ideas include enhancing infrastructure, potential environmental remediation, and facilitating community involvement in project planning and execution. Projects may address hazardous materials, mechanical upgrades, or preventive measures for public safety. Each initiative outlines specific goals aimed at improving overall community well-being, safety, and functionality in response to established government standards. Furthermore, the document stresses the necessity of safety protocols and adherence to regulations to mitigate risks in construction and environmental management. This comprehensive approach demonstrates the government's commitment to sustainable development and community health enhancement through careful planning and execution.
    Similar Opportunities
    DRYDOCK: USCGC MAURICE JESTER DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide drydock repairs for the USCGC Maurice Jester (WPC-154) during fiscal year 2025. The procurement includes comprehensive maintenance and repair services for critical vessel systems, such as propulsion shafting, hull inspections, and stability maintenance, with a performance period scheduled from January 21, 2025, to May 20, 2025. This contract is vital for ensuring the operational effectiveness and safety of the Coast Guard fleet, emphasizing adherence to stringent safety measures and regulatory standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and proposals must comply with the outlined requirements in the solicitation documents.
    CGC GEORGE COBB DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking qualified contractors for the dry dock repairs of the USCGC George Cobb (WLM-564) under a total small business set-aside contract. The procurement involves comprehensive ship repair services, including inspections, maintenance, and renewals of critical systems, with a performance period scheduled from December 10, 2024, to February 17, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, reflecting the Coast Guard's commitment to maintaining its fleet in compliance with safety and environmental standards. Interested parties must submit written quotations by September 16, 2024, and direct inquiries to Catherine K. Chan or Diego Avila via email before the deadline.
    DRYDOCK: USCGC KATHLEEN MOORE DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry docking and repair of the USCGC Kathleen Moore (WPC-154) for Fiscal Year 2025. The procurement involves comprehensive maintenance tasks, including inspection and repair of critical components such as hull plating and propulsion systems, with a performance period anticipated from January 14, 2025, to May 13, 2025. This contract is vital for ensuring the operational readiness and safety of Coast Guard vessels, adhering to federal and state guidelines for maintenance and environmental compliance. Interested small businesses must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with further inquiries directed to Bobby Griffin at bobby.r.griffin2@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    DRY DOCK (DD): USCGC ROLLIN FRITCH DD FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry dock repairs on the USCGC Rollin Fritch (WPC 1119) anticipated for fiscal year 2025. The project involves comprehensive inspections and repairs of propulsion systems, hull plating, and various machinery components, all to be conducted at the contractor's dry dock facility. This procurement is critical for maintaining the operational readiness of the vessel, with an estimated project duration of 119 days from March 18 to July 15, 2025. Interested parties must submit a letter of interest by September 25, 2024, demonstrating their capabilities and past performance, and must be registered in the System for Award Management (SAM) to participate. For further inquiries, contact Kurt Hoyer at kurt.e.hoyer@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
    REBUILD FAMILY HOUSING FORT WADSWORTH PHASE I AT U. S. COAST GUARD SECTOR NEW YORK, STATEN ISLAND, NY
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the Rebuild Family Housing project at Fort Wadsworth, Staten Island, NY. This design-build project involves the demolition of existing family housing facilities and the construction of new multiplex and duplex residential units, including necessary site preparation, utility installation, and landscaping improvements. The initiative aims to modernize living conditions for Coast Guard personnel and their families while adhering to federal regulations and environmental standards. Interested contractors must be part of the National Multiple Award Construction Contract III - Pool One and submit their proposals by October 29, 2024, with a project budget estimated at $52 million. For further inquiries, contact Maria (Helen) Chapa-Johnson at maria.e.chapa-johnson@uscg.mil or Gabe Perez at gabriel.d.perez@uscg.mil.
    Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project, which involves significant construction efforts aimed at coastal storm risk management. The project encompasses dredging and beach nourishment activities, with a contract magnitude estimated between $25 million and $100 million, and requires adherence to federal labor standards, environmental regulations, and a mandatory Project Labor Agreement. Interested contractors must submit their bids by 2 PM EST on September 17, 2024, and are encouraged to contact Michael McCue at michael.l.mccue@usace.army.mil for further details regarding the solicitation and associated requirements.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    Marine Construction - West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Marine Construction project involving the West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, Massachusetts. The project aims to replace a significantly corroded bulkhead, enhancing the structural integrity of the marine facility, and includes the installation of new steel sheet piles, concrete structures, and associated site improvements. This federal contract, estimated to cost between $5 million and $10 million, requires compliance with various federal regulations and mandates that bids be submitted electronically by September 20, 2024. Interested contractors should contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further information.
    70Z03024QCLEV0134 - Inspection and Descaling of Main building Pipes for US Coast Guard Station St. Ignace
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the inspection and descaling of main building pipes at the U.S. Coast Guard Station in St. Ignace, Michigan. The project requires the provision of all necessary labor, materials, equipment, and supervision to address plumbing issues, including gray water odors and flooding, with a completion deadline set for September 30, 2024. This procurement is crucial for maintaining the operational integrity of the facility's plumbing system and is estimated to be under $10,000. Interested parties should contact Jennifer Hipp at Jennifer.L.Hipp@uscg.mil or by phone at 906-635-3243 for further details, and all relevant solicitation documents can be accessed via SAM.gov.
    USCGC Richard Dixon DS FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide dockside repairs for the USCGC Richard Dixon (WPC-1113) as part of the fiscal year 2025 maintenance schedule. The procurement focuses on comprehensive maintenance activities, specifically the 16,000-hour maintenance tasks for the vessel's Main Diesel Engines, adhering to stringent safety and environmental guidelines. This opportunity is particularly aimed at Women-Owned Small Businesses (WOSB) and emphasizes the federal government's commitment to promoting equitable access for minority-owned enterprises. Interested parties should contact Maryjean Falkenstein or Jaime R. Smith for further details, with the solicitation number 70Z08024QPBPL0045 and submission deadlines outlined in the draft solicitation document.