SOURCES SOUGHT
Y -- Lynnhaven Inlet Maintenance Dredging
- Notice Date
- 11/29/2017
- 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-R-0013
- Archive Date
- 1/6/2018
- 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 AVAILABLE AT THIS TIME. EXHIBIT DRAWINGS ARE INCLUDED IN THIS NOTICE FOR REFERENCE ONLY. The Norfolk District, Corps of Engineers is seeking qualified, experienced firms capable of performing dredging, approximately 95,000 cubic yards of maintenance material, with the optional maintenance dredging work of approximately 45,000 cubic yards, for a total of approximately 140,000 cubic yards, from the Lynnhaven Inlet Federal Navigation Project, including the Lynnhaven Entrance Channel, Turning Basin, Side Channel, Channel to Broad Bay, and Narrows Channel located in Virginia Beach, Virginia. Up to approximately 125,000 cubic yards of sandy material will be dredged and hydraulically placed on the nearby Cape Henry Beach shoreline. Approximately 10,000 cubic yards of fine sand material will be dredged and hydraulically placed in the Maple St. Upland Site, following the necessary site rehabilitation. Approximately 5,000 cubic yards of sandy material will be dredged and hydraulically placed on 64th St. Beach, adjacent the Narrows Channel. A Hydraulic Cutter-head Dredge may be used to accomplish this work. Maximum dredging contract pay depths will be to -12 feet. Placement of dredged material on the nearby shoreline will require sufficient horsepower to pump the dredged material through the long pipeline length of approximately 2 miles. The project will be solicited with Definitive Responsibility Criteria (DRC). These criteria are specific and objective standards established by an agency as a precondition to award which are designed to measure a prospective contractor's ability to perform the contract. In order to be found responsible, the apparent low bidder must demonstrate their past experience with defined work criteria. The three criteria are: 1) the ability to perform dredging similar to the above scope, including upland site rehabilitation and beach nourishment 2) ability to dredge to depths of -12 feet mean lower low water in an open bay environment 3) ability to pump material in excess of 10,000 feet with appropriate booster pump use. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $1,000,000.00 and $5,000,000.00. NAICS Code 237990 applies. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years): Brief description of the project, (customer name, timeliness of performance, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOB. 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Please only include a narrative of the requested information. Additional information will not be reviewed. This Sources Sought Synopsis should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issues a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request. No solicitation is currently available. Interested Firm's shall respond to this Sources Sought Synopsis no later than 22 December 2017. All interested firms must be registered in the government's SAM website to be eligible for award of Government contracts. The construction period of performance will be approximately 120 calendar days from issuance of the Notice to Proceed (NTP). Placement of dredged material at the shoreline placement locations is prohibited from Memorial Day to Labor Day. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (FBO) www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Email your response to Stormie B. Wicks, Stormie.B.Wicks@usace.army.mil cc'd Eartha Garrett, Eartha.D.Garrett@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-R-0013/listing.html)
- Place of Performance
- Address: Virginia Beach, Virginia, United States
- Record
- SN04751406-W 20171201/171129231020-84962a6d95b4b9914e662596f8942a7e (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 |