Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2020 SAM #6960
SOURCES SOUGHT

Z -- Craney Island Dredged Material Management Area (CIDMMA) Bulkhead Refurbishment for the US Army Corps of Engineers (USACE) Civil Works Navigation Program in Portsmouth, Virginia

Notice Date
12/17/2020 12:36:23 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123621B5005
 
Response Due
12/31/2020 10:00:00 AM
 
Archive Date
01/15/2021
 
Point of Contact
Raven D. Sasser, Phone: 7572017136, Eartha Garrett, Phone: 7572017131
 
E-Mail Address
raven.d.sasser@usace.army.mil, Eartha.D.Garrett@usace.army.mil
(raven.d.sasser@usace.army.mil, Eartha.D.Garrett@usace.army.mil)
 
Description
W9123621B5005, Craney Island Dredged Material Management Area (CIDMMA) Bulkhead Refurbishment for the U.S. Army Corps of Engineers (USACE) Civil Works Navigation Program in Portsmouth, Virginia. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify qualified and experienced firms that are interested in and capable of performing the work described herein.� This notice is posted as a market research tool only. The Government will utilize this information in determining an acquisition strategy and socioeconomic set-aside decision. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. NO AWARD will be made from this Sources Sought notice. DESCRIPTION OF WORK The project consists of refurbishing the existing bulkhead at Craney Island Dredged Material Management area (CIDMMA). Annually, the bulkhead accommodates a large number of marine vessels consisting primarily of dredging equipment such as hydraulic and mechanical dredges, scows, barges and survey vessels. The Bulkhead�s fender system is the interface between the vessel and the bulkhead. During the berthing of a vessel, the fender system is meant to act as a buffer in absorbing or dissipating the impact energy of the ship without causing permanent damage to the ship or the bulkhead. Once the vessel is successfully berthed and moored to the bulkhead, the fender system continues to provide the interface between ship and shore and transmits the environmental loads (wind, waves, and current) on the ship to the structure. Recent visual inspection of the bulkhead indicates that a significant number of fender timber pilings and cross braces have been significantly damaged or destroyed, while the bulkhead structure remains functioning and in good condition. In order to successfully serve its purpose, bulkhead�s fender system needs to be entirely replaced in-kind to continue to safely support vessels, plant, and equipment calling on the facility, but minimize damage to the fender system itself. The work will consist of removal of existing timber piles (by pulling entirely) and bracing and installation of new 16� in diameter and approximately 52.5� long timber piles and associated cross bracing. Portion of the bulkhead that will require the replacement of fender system is approximately 310� long. STATEMENT OF GOVERNMENT REQUIREMENTS If you are a small business, please state all of the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service-Disabled Veteran Owned Small Business, Woman Owned, small businesses less than 500 employees, etc. The North American Industry Classification System (NAICS) Code 237990 � Other Heavy Civil Engineering Construction with a Size Standard of $39,500,000 is applicable to this acquisition.���� The magnitude of construction is between $250,000.00 and $500,000.00. Services to perform this work will be procured through a competitive Firm-Fixed Price contract. Construction Time The anticipated solicitation issuance timeframe will be in May 2021. The estimated award timeframe will be in August 2021. The construction Period of Performance will be 360 calendar days from issuance of Notice to Proceed. The project is will require 24-hour workdays and includes holiday work. The official synopsis citing the solicitation number will be issued on the Beta SAM Site https://beta.sam.gov, which will invite firms to register electronically to receive a copy of the solicitation when it is issued. Liquidated Damages will be assessed in the amount of $955.00 per calendar day of delay. Definitive Responsibility Criteria 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. Potential Definitive Responsibility Criteria will be developed to assess the following work items: 1.� Heavy Civil�Marine Construction � Installation of fender timber piles in marine environment. SURVEY OF THE CONSTRUCTION INDUSTRY We are requesting that all interested and qualified businesses respond to this Sources Sought Notice with information which shall include, at a minimum: Identification and verification of the company's large or small business status. Governmental CAGE Code and DUNS number (if applicable). The level of performance and payment bonding capacity that the company could attain for the proposed project. Descriptions of Experience � Provide descriptions of your firm's past experience on projects similar in scope as outlined above to projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for projects of similar type construction involving management of multiple subcontractors. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: Firm's name, address, point of contact, phone number, and e-mail address. Firm's level of interest in bidding on this solicitation when it is issued. Firm's capacity to perform a contract of this magnitude and complexity. Provide examples of your capability to successfully execute this form of construction by detailing comparable work performed with brief descriptions of a minimum of three similar previous projects performed within the last 5 years (customer name, timeliness of performance, type of work, and dollar value of the project) including specify percentage and type of work that was self-performed. Firm�s status as either a small or large business.� If firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service- Disabled Veteran Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB). Firm's Existing Joint Ventures including Mentor/Prot�g� and teaming arrangement information. Firm�s governmental CAGE code and DUNS number, if applicable. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). A statement of the portion of this contract�s work that will be self-performed and how it will be accomplished. Please only include a narrative of the requested information.� Additional information will not be reviewed. Respondents shall submit capability statements electronically via email to the Contract Specialist, Mrs. Raven D. Sasser at Raven.D.Sasser@usace.army.mil and copy the Contracting Officer, Mrs. Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil. The Capability Statement must be submitted no later than 1:00pm Eastern Standard Time (EST) on 31 December 2020. �Limit capability briefing package to five (5) pages. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. 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
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/224976da6f2a49b09737b0cafb87f534/view)
 
Place of Performance
Address: Portsmouth, VA, USA
Country: USA
 
Record
SN05877150-F 20201219/201217230119 (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 |
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.