Federal Contract Opportunity

Last Updated on 08 Jul 2025 at 4 PM
Solicitation
New york New york

Advance Notice - NPS Beach Channel Drive Bulkhead

Details

Solicitation ID W912DS25R0001
Posted Date 08 Jul 2025 at 4 PM
Response Date 22 Aug 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W2sd Endist New York
Agency Department Of Defense
Location New york New york United states

Possible Bidders

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

National Industries For The Blind

Wayne Earth city Alexandria

Sign up to access Documents

Signup now

Advance Notice for Design-Build Construction Services for NPS Beach Channel Bulkhead, Jacob Riis Park

The U.S. Army Corps of Engineers (USACE), New York District, intends to issue a competitive Two-Phase Design-Build solicitation package seeking to award a firm-fixed price Design-Build construction contract for the replacement of the existing bulkhead managed by the National Park Service (NPS) along Beach Channel Drive at Jacob Riis Park. The objective of the project is to extend the service life of the bulkhead for 100 years.

Jacob Riis Park is located at the western end of the Rockaway peninsula bounded by the Atlantic Ocean to the south and Jamaica Bay to the north. Existing features of the site include the NPS bulkhead which runs parallel to Beach Channel Drive, a paved multi-use trail for use by bicyclists and pedestrians, and a paved utility path which runs adjacent to the wall and covers a continuous drain line.  Storm drain pipes carry water from a nearby parking area and extend through the bulkhead. The existing bulkhead begins at the rock revetment east of the Marine Parkway Bridge and continues beyond the extents maintained by the NPS. Only the portion of the existing bulkhead maintained by NPS will be replaced. The total bulkhead length maintained by NPS is approximately 5,300 linear feet.

The bulkhead was initially constructed prior to 1940. The existing bulkhead is comprised of a steel sheet pile wall embedded into sediments to an unknown depth below the mudline, and anchored near its top using steel tie rods, which connect to timber anchor piles located approximately 30 feet landward of the wall. Later, a concrete “seal” of unknown thickness was applied to the face of the bulkhead. A timber “fender” system is currently attached to the face of the concrete; this was likely used as formwork for the concrete seal and left in place when work was completed. At some point in its lifetime, a concrete cap and metal guardrail were added to the top of bulkhead.

In addition to replacement of the bulkhead, the entire paved multi-use trail running adjacent to the wall will need to be repaved. The paved utility path which runs adjacent to the wall and covers a continuous drain line will need to be replaced. Damaged portions of the existing reinforced concrete pipe storm drain pipes under the parking lot will be relined and the lines will be extended beyond the outer face of the new steel pile bulkhead.

The contractor shall ensure that the project will comply with all Federal, State, and local laws, regulations, and ordinances relating to the performance of this work. The contractor will be required to procure all required permits, certifications, and licenses required by Federal, State, and local laws for the execution of this work and must perform the necessary investigations and analysis required to prepare the applications. Permits might include, but are not limited to, those needed for work in the vicinity of structures potentially listed on the National Register of Historic Places, compliance with USACE Nationwide Permits (NWP) 3 and 18, wetland delineation and mitigation (if required), New York State Department of Environmental Conservation (NYSDEC) permits and New York State Department of State (NYSDOS) permits and shall submit evidence of such permits and approvals to the Government.

Once the contract is awarded, the contractor will be required to commence work within five (5) calendar days after the date of receipt of the Notice to Proceed (NTP).

The NAICS code is 237990. The project magnitude is between $25,000,000 and $100,000,000. The performance period shall be approximately 578 calendar days from the issuance of the NTP.  

FAR Provision 52.222-33, Notice of Project Labor Agreement, will be incorporated into the solicitation. All offerors will be required to (1) negotiate or become party to a project labor agreement with one or more labor organizations for the term of the resulting construction contract, (2) require its subcontractors to become a party to the resulting project labor agreement, and (3) submit said project labor agreement with their offer.

This project solicitation will be unrestricted full and open competition with HUBZone preference.

Anticipate Phase 1 to be posted electronically on or about 21 October 2024 via https://sam.gov/.  Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the https://sam.gov/ website for any amendments. Offerors are required to be registered in the System for Award Management (SAM) www.sam.gov.  Award will be made to the offeror which represents the Best Value to the Government.

Electronic proposals will be submitted to the USACE, New York District, Contracting Division via email to the Contract Specialist.  The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is the Internet.  Paper copies of this solicitation, and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with SAM, located at https://www.sam.gov/portal/public/SAM/, and Contract Opportunities, located at https://sam.gov/, in order to safeguard acquisition related information for all Federal agencies. Interested parties may download and print the solicitation at no charge from the Contract Opportunities website at https://sam.gov/.

Point of Contact is Monica Coniglio, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16- 300, New York, NY 10278-0090. Email:  [email protected].