SOLICITATION NOTICE
Y -- Craney Island Dredged Material Management Area (CIDMMA) Spillway #1 Replacement
- Notice Date
- 11/6/2020 12:24:38 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123621B5014
- Response Due
- 11/20/2020 9:00:00 AM
- Archive Date
- 12/05/2020
- Point of Contact
- Eartha Garrett, Phone: 7572017131, Stormie S. B. Wicks, Phone: 7572017215
- E-Mail Address
-
Eartha.D.Garrett@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil
(Eartha.D.Garrett@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 #1 REPLACEMENT PROJECT, PORTSMOUTH, VIRGINIA The Craney Island Dredged Material Management Area (CIDMMA) is a confined upland dredge material placement site located in Portsmouth, Virginia; adjacent to the Port of Hampton Roads.� The work consists of replacing the existing land-based steel and concrete Spillway #1 with a new free-standing steel frame Spillbox #1 at CIDMMA in Portsmouth, Virginia.� The CIDMMA spillways support removing clarified water from the facility to meet state water quality standards.� The partial demolition of the existing spillway, outfall pipelines, and the construction of the new spillway must be synchronized to ensure the existing spillway remains functional until the new spillway is working as its replacement.� All work will be contained within the CIDMMA boundaries including soil material borrow sites.� The outfall pipeline and spillway work shall be performed by earth moving, hauling and placement equipment and steel structural raising equipment.� Construction techniques and equipment must accommodate soft and saturated subsurface and surface soil conditions which are highly susceptibility to rapid and long-term settlements under instantaneous and sustained loading conditions that are often related to changing water levels.� The contractor is responsible for dewatering all work sites.� Materials to be used from the designated borrow site shall be excavated and mixed to meet contract requirements.� Fill materials to be used for construction shall be tested to ensure minimum contract requirements are satisfied prior to transport of material to the project site.� The contractor will be responsible for surveys and associated documentation for planning, progress billings, and final as-built drawings.� The contract will include grubbing and clearing of dike areas to be excavated; and hydro seeding of all disturbed and new work areas after construction is complete. This requirement will use Definitive Responsibility Criteria (DRC) which are specific and objective standards established to inform the Contracting Officer in accordance with FAR 9.104-2.� These criteria will be used to assess whether the apparent low bidder can demonstrate the expertise and specialized facilities needed for adequate contract performance.� The inability of a contractor otherwise eligible for award to demonstrate minimally acceptable experience as measured by the DRC may result in the Contracting Officer determining the contractor is not responsible. Anticipated Definitive Responsibility Criteria will be developed to assess the following work items: 1) Construction and Earthwork: The Craney Island worksite contains undrained cohesive soil conditions as described in the scope of work described in the drawings and specification sections contained in Division 31 EARTHWORK, which will be included with the Solicitation.� 1A) Earthwork:� The Contractor shall demonstrate at least one project completed by the prime contractor, or their submitted earthwork subcontractor, in the past five (5) years which involved excavation in cohesive soils with an undrained sheer strength of 300 psf or less to a depth of at least eight (8) feet.� 1B) Geotechnical Engineer: The Contractor�s submitted independent licensed Professional Engineer, with expertise in Geotechnical Engineering, shall demonstrate experience of at least one completed project in the past five (5) years in the inspection and assessment of excavation work in cohesive soils with an undrained shear strength of 300 psf or less to a depth of at least eight (8) feet. 2) Large steel framework detailing, fabrication, painting, and erection experience comparable and consistent with the scope of work described in the drawings and specification sections contained in Division 05 METALS, which will be included with the Solicitation.� The Contractor or his submitted subcontractor shall demonstrate at least one year of project experience in the past five (5) years in the fabrication and erection of steel framework that meets the requirements detailed in Section 05 12 00 paragraph AISC QUALITY CERTIFICATION, and shall submit letters of commitment from the fabrication and erection subcontractors in order to satisfy this responsibility criteria. 3) The delivery, fusion-welded joining, and installation of HDPE pipelines in excess of two hundred (200) feet in length and minimum twenty-four (24) inches in diameter consistent with the scope of work described in the drawings and specifications sections contained in Division 33 UTILITIES, which will be included with the Solicitation.� Contractor shall demonstrate experience of at least one completed project in the past five (5) years that meets this criteria. 4) The design and installation of excavation support systems, such as cofferdams and shoring, consistent with the scope of work described in the drawings and specifications sections contained in Division 31 EARTHWORK, which will be included with the Solicitation.� 4A.� Contractor shall demonstrate that the independent geotechnical engineer employed by the prime contractor, or committed subcontractor, to design the excavation support systems has designed a successful excavation support system for construction in cohesive soils with an undrained shear strength of 300 psf or less.� The designer shall demonstrate experience of at least one completed project in the past five (5) years that meets this criteria. 4B. Contractor or his submitted subcontractor shall demonstrate experience of at least one completed project in the past five (5) years in the installation and maintenance of excavation support systems in undrained cohesive soils. The bidder shall provide the following: ? Project number and name of agency or owner for each project provided as experience; ? Period of performance of the project; ? Brief description of the work performed and completed by the bidder for each criterion; ? Bidders may use one or more projects to demonstrate past experience in each criteria. �The same project may be used in response to multiple criteria if it meets each DRC�s experience requirements. If a subcontractor will be used to complete a work component of a bidder�s project experience, the bidder shall provide the following: ? Name of the subcontractor; ? Letter of Commitment ? Project number and name of agency or owner for each project provided as experience; ? Period of performance of the project; ? Brief description of the work performed and completed; ? Subcontractor experience will show successful completion for the time specified in each criteria. In accordance with FAR 36/DFARs 236 the magnitude of construction is between $5,000,000.00 and $10,000,000.00. The government is not obligated and will not pay for any information received from potential sources as a result of this synopsis. The construction time / liquidated damages for this project are as follows: For contract bid items, begin performance within twenty (20) calendar days and complete all work within three hundred and ten (310) calendar days of receipt of Notice to Proceed (NTP). The liquidated damages associated with this action are $1,360.00 for each day of delay. 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 solicitation will be posted on or about 20 November 2020. 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
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/db59e26758314ed48f4bef47a5b866e2/view)
- Place of Performance
- Address: Portsmouth, VA, USA
- Country: USA
- Country: USA
- Record
- SN05848285-F 20201108/201106230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |