Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2018 FBO #6162
SOLICITATION NOTICE

Y -- Maintenance Dredging, Lynnhaven Inlet

Notice Date
10/5/2018
 
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
W91236-19-B-0001
 
Archive Date
11/6/2018
 
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
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 Maintenance Dredging of the Lynnhaven Inlet. The Lynnhaven Inlet Maintenance Dredging Project will consist of dredging up to approximately 190,000 cubic yards of maintenance material from the Lynnhaven Entrance Channel, Turning Basin, Side Channel, Broad Bay Channel, and Narrows Channel located in Virginia Beach, Virginia. Approximately 130,000 cubic yards of sandy material will be dredged from the Entrance Channel, Turning Basin, Side Channel and Broad Bay Channel and hydraulically placed on a Cape Henry Beach. Approximately 5,000 cubic yards of sandy material will be dredged from portions of Broad Bay Channel and hydraulically placed in Maple St. Upland Placement Area. Approximately 6,000 cubic yards of sandy material will be dredged from the Narrows Channel and hydraulically placed on Narrows (64th St.) Beach. Approximately 42,000 cubic yards and 6,000 cubic yards of additional material may be awarded as optional work to be placed on Cape Henry Beach and Maple St. Upland Placement Area, respectively. A Hydraulic Cutter-head Dredge will be used to accomplish this work. Maximum pay depth, including optional work, will be to -12 feet Mean Lower Low Water (MLLW) in the Entrance Channel and Turing Basin, -10 feet MLLW in the Side Channel, -11 feet MLLW in Broad Bay Channel and -8 feet MLLW in the Narrows Channel. Liquidated Damages shall be assessed in the amount of $953.00 for each day of delay. The magnitude of construction is between $1,000,000.00 AND $5,000,000.00. The NAICS code applicable to this requirement is 237990, with a small business size standard of $27.5 million. Maple St. Upland Placement Area will require site maintenance and rehabilitation before dredging operations to include, construction of a spur dike, site grading, and spillbox repair. Beach placement material will be spread evenly across the entire length of Cape Henry Beach as indicated in the project drawings. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14 with Definitive Responsibility Criteria. These criteria are specific and objective standards established by an agency as a pre- condition to award, 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 in all defined work criteria. The following Definitive Responsibility Criteria will be used: 1) Upland Site Rehabilitation and Beach Nourishment work. Project experience comparable and consistent with the scope of work described in the drawings and specification sections contained in Division 35 - Waterway and Marine Construction, included as part of this Solicitation. 2) Dredging. Project experience comparable and consistent with the scope of work described in the drawings and specification sections contained in Division 35 - Waterway and Marine Construction, included as part of this Solicitation. 3) The ability to pump sandy material in excess of 10,000 feet with appropriate booster pump use. Project experience comparable and consistent with the scope of work described in the drawings and specification sections contained in Division 35 - Waterway and Marine Construction, included as part of this Solicitation. 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 the Definitive Responsibility Criteria. In order to be found responsible, the apparent low bidder must provide documentation in the form of a written narrative, not to exceed three (3) pages for each definitive responsibility criteria listed. The documentation must demonstrate successful completion of one (1) year project experience for each of the definitive responsibility criteria listed. Project experience demonstrating successful completion of the defined work criteria must have occurred within the past five (5) years. Bidders can use one or more projects per defined work criteria, to demonstrate past experience. Each defined work criteria must be addressed. If a subcontractor is used to complete a work component associated with the definitive responsibility criteria, that subcontractor must demonstrate their past experience associated with the listed defined work criteria. The Contracting Officer will verify that the submitted project experience meets the definitive responsibility criteria as part of the responsibility determination. Bidders are not required to submit additional documentation related to these defined work 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, the Contracting Officer is authorized to make an affirmative responsibility determination, and the apparent low bidder may be determined ineligible for award. Construction Time: For the base contract bid items, begin performance within 15 calendar days and complete all work within 120 calendar days of receipt of Notice to Proceed (NTP). It is the Government's intent that the successful bidder will dredge to the optional depth, if so exercised by the Government, concurrent with dredging to the depth required in the base scope of work. Thus, optional items will be awarded with the base award. If optional items are exercised, additional performance time will be added to the contract based on one additional day per 1,500 cubic yards of dredged material added. Should the total quantity of material to be paid for and actually placed under this contract exceed the estimated quantity from the Bidding Schedule, to include optional items, additional time will be allowed at the rate of one day for each 1,500 cubic yards in excess of the estimated base contract quantity. DREDGING AND DREDGE RELATED MARINE WORK: The Contractor shall comply with the provisions of EM 385-1-1. If the Contractor is a currently accepted participant in the Dredging Contractors of America (DCA)/United States Army Corps of Engineers (USACE) Dredging Safety Management Program (DSMP), as determined by the DCA/USACE Joint Committee, and holds a current valid Certificate of Compliance for both the Contractor Program and the Dredge(s) to be used to perform the work under this contract, the Contractor may, in lieu of the submission of an Accident Prevention Plan (APP), (1) make available for review, upon request, the Contractor's current Safety Management System (SMS) documentation, (2) submit to the Contracting Officer the current valid Company Certificate of Compliance for it's SMS, (3) submit the current dredge(s) Certificate of Compliance based on third party audit, and submit for review and acceptance, site-specific addenda to the SMS as specified in the solicitation. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about 2 August 2017 The proposal due date shall be at least 30 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOps. It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings, and all subsequent amendments. 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 http://www.sam.gov. Lack of registration in the SAM database will prevent access to FedBizOps and will make a Bidder ineligible for award. NOTE: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, vendors have the ability to enter and maintain representations and certification information, via the Internet at http://orca.bpn.gov ; therefore, vendors no longer have to submit representations and certifications with bid. Instead, this solicitation contains a single provision that will allow vendor to either certify that all representations and certifications in ORCA are current, complete, and accurate as of the date of signature, or list any changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-19-B-0001/listing.html)
 
Record
SN05117182-W 20181007/181005230409-2f183a7ca09df4f25b3fef10e511aa06 (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.