SOLICITATION NOTICE
Y -- Craney Island Spillbox #4, Portsmouth, Virginia
- Notice Date
- 4/23/2018
- Notice Type
- Presolicitation
- 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-0007
- Archive Date
- 5/23/2018
- 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.D.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.D.Garrett@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Norfolk District, Corps of Engineers will be issuing a solicitation for a 100% small business set-aside, firm-fixed-price, Invitation for Bid ( IFB ) with Definitive Responsibility Criteria (DRC) to complete CRANEY ISLAND SPILLBOX #4 REPLACEMENT PROJECT, PORTSMOUTH, VIRGINIA The work consists of replacing the existing land-based concrete Spillbox #4 with a new free-standing steel frame Spillbox #4 at the Craney Island Dredged Material Management Area (CIDMMA) in Portsmouth, Virginia. Craney's spillboxes are used to drain clarified water from the dredge material holding ponds. The demolition of the existing spillbox and the construction of the new spillbox may be worked concurrently as the existing spillbox is no longer functional. CIDMMA is a two mile square peninsula that extends out into Norfolk Bay with dredged material perimeter dikes that average 35 feet tall and 40 feet wide. The site is divided into three equal cell/pond sections. Compacted earth roads run along the tops and the exterior slopes of the earth dikes around the entire perimeter of the site plus there are earth roads on the two east-west cross-section connecting dikes. Four 36" concrete drain pipes are connected at the bottom of the Spillbox #4 which extend through the earthen dike wall out to the Norfolk Bay shoreline which are used to collect and drain a pond area. The existing 100 foot wide x 30 foot tall x 30 foot thick steel and concrete Spillbox #4 is embedded in the pond side of the earth dike in the west dike's center section. The top of the spillbox is level with the top of the dike. Partial demolition of the existing spillbox work includes excavation (and/or shoring) and then removal of the four 36 inch concrete pipes followed by the placement of compacted backfill back to match surrounding dikes' contours; and a partial demolition and backfill of the concrete spillbox including removal of some of the steel scaffolding; concrete sealing of the pipe openings; and backfilling the pond side of the Spillbox to block drainage. The four pipes are buried 25 feet deep at their connection into the spillbox and then run shallower as they travel through the dike and exit on the exterior dike slope at the west shoreline. All backfill shall be excavated and mixed to contract requirements from the site's dredged material borrow site. The new steel frame and face panel spillbox is 60 foot square and 32 foot tall and sits on a concrete and rock foundation pad built on top of compacted dredged material. The steel framework shall be prefabricated offsite to meet contract requirements and then assembled and installed on the new concrete foundation. The spillbox will be installed in the pond at approximately 300 feet out from the dike's interior slope. Construction includes the installation of four new 36 inch thick-walled smooth HDPE pipelines from the new spillbox and through the dike out to the bay side shoreline ending in a riprap outfall structure. The new 36 inch HDPE pipes will have welded connections. The Government has constructed a temporary road out to the new spillbox location for construction access which will later serve as a base for the installation of the new pipeline. The contractor shall build a permanent access road nearby using mixed dredged material from the borrow site that extends from the existing dike out to the new spillbox for future Government access. A combination of material purchased off-site or excavated and mixed to contract requirements from the site's dredged material borrow sites shall be used for backfill. All rock shall be purchased off-site as unit quantities. All work will contained within the CIDMMA boundaries This pipeline and spillbox work shall be performed by earth moving, hauling and placement equipment and steel structural raising equipment on the center west dike. Construction techniques and equipment must accommodate soft and wet subsurface and fill soil conditions which are highly susceptibility to rapid and long-term settlements under instantaneous and sustained loading conditions. Dredge materials stored in the two borrow sites near the east dike shall be excavated and mixed to contract requirements and then transported to the two work locations as specified in contract plans and then placed and compacted. The Contractor is responsible for surveys and associated documentation for planning, progress billings, and final as-built drawings. The contract includes grubbing and clearing of dike areas to be excavated; and hydroseeding of all disturbed and new work areas after construction is complete. Services to perform this work will be procured through a Fixed Price Contract which will include three base bid items: 0001: Mobilization and demobilization; 0002: Partial demolition of the existing Spillbox #4; and 0003: Construction of the free-standing Spillbox #4; and six unit-cost bid items that include the HDPE piping, four types of rock, and structural backfill. This shall be a sealed Invitation for Bid (IFB) with Definitive Responsibility Criteria (DRC) solicitation. The project will be solicited as a 100% small business set-aside. 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. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. In addition to the examining criteria detailed in FAR 9.104-1 - Contractor Qualifications: General Standards, the Contracting Officer will also examine whether the low bidder can meet the requirements of three Definitive Responsibility Criteria regarding: 1. Earthwork in difficult, swampy conditions 2. Steel framework construction 3. Welding and installation of large HDPE pipelines In order to be found responsible, the apparent low bidder must provide documentation that shows successful completion of one (1) year project experience for each of the three work criteria listed above. Project experience demonstrating successful completion of the work criteria listed above must have occurred within the past 5 years. Bidders can use one or more projects per work component, above, to demonstrate past experience. Each work component must be addressed. If a subcontractor is used to complete a work component, that subcontractor must demonstrate his past experience in that work component. The Contracting Officer will verify that the submitted projects meet the definitive responsibility criteria as part of the responsibility determination. Bidders are not required to submit additional documentation related to these criteria at the time of bid. The Government will request supporting documentation from the bidder anticipated to receive the award. Should the apparent low bidder fail to submit sufficient documentation in accordance with the pertinent responsibility criteria, in particular the Definitive Responsibility Criteria, the Contracting Officer is authorized to make an affirmative responsibility determination, and the apparent low bidder may be determined ineligible for award. NAICS Code 237990 applies to this procurement. The proposal will be posted on or about 14 May 2018. Search on W91236% ( www.FBO.Gov ) for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOps. SAM Registration must also be active and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will prevent access to FedBizOps and will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED. Contractors please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information. You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0007/listing.html)
- Place of Performance
- Address: Craney Island, Portsmouth, Virginia, United States
- Record
- SN04898281-W 20180425/180423230815-e2a947f44a28cba89da6139e232b914a (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 |