Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2017 FBO #5804
SOURCES SOUGHT

Z -- Atlantic Intracoastal Waterways and Dismal Swamp Canal (AIWW/DSC) Upland Placement Site Repair and Dredging

Notice Date
10/12/2017
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-18-B-0001
 
Archive Date
11/10/2017
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: (757)201.7131
 
E-Mail Address
Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Norfolk District, Army Corps of Engineers is anticipating a future procurement for a Firm Fixed Price, Construction contract, for Atlantic Intracoastal Waterways and Dismal Swamp Canal (AIWW/DSC) Upland Placement Site Repair and Dredging, Chesapeake, Virginia. Description of Work: The work consists of raising the interior dikes and placing a High Density Polyethylene Pipe (HDPE) along the government-furnished upland placement site at the Dismal Swamp Canal. The dikes will be raised to a minimum elevation of 2 - 3-feet above the existing dikes with a gradient westward towards the spillbox and the HDPE will be 10 inches in diameter and an estimated +/- 500 feet long placed above ground. The Contractor shall remove and replace the existing spillbox with a government designed spillbox structure and there will be minimal tree clearing for this project. The earthwork will have an environmental window from mid-December 2017 to the end of February 2018 to complete the work on the upland placement site. The work also consist of maintenance dredging of a portion of the Dismal Swamp Canal and the Feeder Ditch in Chesapeake, Virginia to a depth of 9 feet Corps of Engineers Low Water (CELW) Dismal Swamp Canal Datum (DSCD), plus 1 foot of allowable over depth. The dredged material shall be placed in the designated government-furnished upland placement site only. The work including allowable over depth dredging and estimated accretion to March 2018, involves dredging an estimate of 25,000 - 35,000 cubic yards of material. Construction Time: Anticipated solicitation issuance timeframe is November 2017, and the estimated proposal due timeframe will be in December 2017. Performance will be within 15 calendar days and complete all work within 90 calendar days (60 days for Earthwork and 30 days for Dredging) of receipt of Notice-to-Proceed (NTP). There is an earthwork restriction for disturbing the natural habitat of endangered Red Cockaded Woodpecker during the months of August through mid-December and March through July. There are no dredging restrictions for this project so the contractor is expected to plan their work accordingly. Offeror, whose proposal conforms to the solicitation and is fair and reasonable. In addition, the awardee must be found responsible in accordance with FAR 9.1 Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $36.5 Million. The magnitude of construction is between $500,000 and $1,000,000. SURVEY OF THE DREDGING INDUSTRY: The following confidential survey questionnaire is designed to apprise the Corps of prospective earthwork and dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Earthwork and Maintenance Dredging, Dismal Swamp Canal, Chesapeake, Virginia. General 1) Have you ever worked on a dredging and earthwork job similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, as a reference of relevant experience. 2) What percentage of work (volume of material dredged and placed) can you perform with your own equipment or equipment owned by another small dredging contractor? 3) Have you performed dredging and earthwork within the Virginia Geographical area? 4) Would you be willing to bid on the project described? If the answer is No, please explain why not? 5) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 6) Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? 7) What is the largest dredging/earthwork contract, in dollars, on which you were the prime contractor? 8) What is your bonding capacity per contract? What is your total bonding capacity? Equipment 9) What type of dredge and earthwork equipment do you own and / or operate that is suitable for the work described? For each piece of equipment that you list, please specify its size, horsepower, and any other salient characteristics. *In addition, the Contractor shall provide the type of dredge equipment to be used, dredge name, and the following equipment parameters: Discharge diameter, suction diameter, year manufactured and/or major overhaul, ladder length, spud lengths, draft, horsepower of main engine and any booster pumps, max/min dredging depths, max/min width of channel the dredge can efficiently operate. 10) What length and size of discharge pipeline do you have available for use? Do you own the discharge pipeline? 11) Do you have experience with raising perimeter dikes in an upland placement of dredged material? 12) Are you familiar with the USACE EM 385-1-1 (Nov. 2014) and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electrically to email Stormie.B.Wicks@usace.army.mil and Eartha.Garrett@usace.army.mil. The capability statement must be submitted no later than 2:00 PM EST 26 October 2017. Limit capability briefing package to 10 pages. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Stormie Wicks, Email: Stormie.B.Wicks@usace.army.mil; Phone: 757-201-7215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0001/listing.html)
 
Place of Performance
Address: Chesapeake, Virginia, United States
 
Record
SN04712499-W 20171014/171012231345-f0128a556e90305c7fa8d7ac68502f12 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.