SOURCES SOUGHT
Y -- Lynnhaven River Basin Ecosystem Restoration Phase 2 Reef Project, Lynnhaven River, Virginia
- Notice Date
- 4/28/2023 12:07:05 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
- W9123623B5021
- Response Due
- 5/12/2023 9:00:00 AM
- Point of Contact
- STORMIE WICKS, Eartha Garrett, Phone: 7572017131
- 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)
- 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, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing marine construction of an oyster reef for the Lynnhaven River Basin Ecosystem Restoration Phase 2 Reef Project in the Lynnhaven River, Virginia. Description of Work: The Norfolk District, U.S. Army Corps of Engineers, in Partnership with the Virginia Marine Resources Commission is seeking eligible firms capable of performing marine construction of an oyster reef for the Lynnhaven River Basin Ecosystem Restoration Phase 2 Reef Project in the Lynnhaven River, Virginia. The Project site is located within Broad Bay and spans across approximately 23.2 acres of subaqueous state-owned bottom. The reef will be constructed with a targeted height of 12 inches off the river bottom, with the alternative base substrate layer (Size 2 crushed stone) being approximately 6 inches thick and the top fossil oyster shell layer being approximately 6 inches thick. For the fossil shell layer, the Project requires transporting the shell from an existing pile on Craney Island prior to placement within the project boundaries. The shell must also be sorted, clean from debris and fine sediments. All reef substrate will be placed by mechanical clamshell from a barge and recorded by GPS system to ensure proper placement. As-built surveys will be required between substrate layer placement to ensure targeted height is being reached. Reef substrate will be installed per the plan drawings and specifications on the �project site in water depths ranging from approximately 7.0� MLLW to 8.3� MLLW. In accordance with FAR 36, the estimated construction price range for this project is between $1,000,000 and $5,000,000. 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. We anticipate using the following Definitive Responsibility Criteria (DRC) Below are DRAFT Definitive Responsibility Criteria: Criteria 1: Marine Construction Experience:� Bidder shall provide three examples of completed contracts of the same size and scope performed in the last five years involving placement of structures or substrate in a marine setting comparable to what will be required in this contract. The Government anticipates that the prime contractor may subcontract portions of the work.� Accordingly, the Definitive Responsibility Criteria may be met through the experience of a subcontractor provided that an unequivocal commitment of the subcontractor is provided in writing conditioned only on the prime contractor being awarded the contract. We encourage your comments and feedback on this DRC. Construction Time: Pre-construction activities shall commence within 30 days of receipt of Notice to Proceed (NTP). The construction period of performance will be approximately 720 days from issuance of the NTP. � The period of performance timeframe includes a timeframe between 31 May through 30 September when construction is prohibited due to high recreational use in Broad Bay. SURVEY OF CONSTRUCTION INDUSTRY Please provide company�s name, address, point of contact, phone number, and e-mail address. Would you be interested in bidding on the solicitation when it is issued? If the answer is No, please explain why not? Have you worked on marine construction jobs similar in nature, complexity and magnitude to this project within the past 5 years? If so, please describe the project(s) and for whom the work was performed. Indicate the dollar value of the project(s). Identify a point of contact (s) and phone number, as a reference of relevant experience. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? What is the largest marine construction contract, in dollars, on which you were the prime contractor? Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOB. Firm's Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. What is your bonding capacity per contract? What is your total bonding capacity? Are you familiar with the safety and health requirements of EM 385-1-1? Have you ever sorted fossil shell from finer shell hash in other marine construction jobs? If so, please explain the process. If not, do you have a process in mind? What type of GPS equipment do you anticipate using to ensure accurate substrate placement? 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 issue 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 12:00PM EST 12 MAY, 2023. Your response should be emailed to Stormie Wicks at Stormie.B.Wicks@usace.army.mil with Eartha Garrett cc�d at Eartha.D.Garrett@usace.army.mil. The official synopsis citing the solicitation number will be issued on System for Award Management (SAM) www.sam.gov. 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 solicitation. Representations and Certifications may be completed online via the SAM. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b58dabe518c94375878c9ab3c695dad8/view)
- Record
- SN06666537-F 20230430/230428230114 (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 |