SOURCES SOUGHT
Y -- Norfolk Harbor Southern Branch Maintenance Dredging
- Notice Date
- 1/15/2025 12:31:05 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
- W9123625B5003
- Response Due
- 1/30/2025 11:00:00 AM
- Archive Date
- 02/14/2025
- Point of Contact
- Luke Hedlund, Stormie Wicks
- E-Mail Address
-
Luke.D.Hedlund@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL
(Luke.D.Hedlund@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Related Notice: W9123623B5012 - Norfolk Harbor Southern Dredging Maintenance The Norfolk District, U.S. Army Corps of Engineers, is anticipating a future procurement for a Firm, Fixed Price Construction contract for Norfolk Harbor Southern Branch Maintenance, Hampton Roads, Virginia Description of Work: The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing maintenance dredging by mechanical dredge in the Southern Branch of the Elizabeth River, part of the Norfolk Harbor Federal Navigation Project. The segments are being dredged to required depth of -41 feet and -36 feet MLLW. One foot of allowable overdepth dredging will be included as part of the contract dredging pay prism. Dredged material generated by the project is expected to be transported by barge or scow and placed directly into the cell(s) at the Craney Island Dredged Material Management Area (CIDMMA). Dredging is estimated to generate approximately 100,000 cubic yards of pay volume. The Contractor shall be responsible for the following: dredging within the designated areas to the proposed required and allowable pay depths, transporting the dredged material to the CIDMMA, discharging the material by direct pump-out method into the designated Government-furnished placement site, properly operating and maintaining the spillways within the CIDMMA, ensuring effluent water leaving the CIDMMA meets State water quality requirements, and communicating with the Port of Hampton Roads maritime users to minimize impacts to vessel traffic, adjacent utilities, and other dredging operations. In accordance with FAR 36.204(f), the estimated construction price range for this project is between $1,000,000 and $5,000,000. NAICS Code 237990 � Other Heavy and Civil Engineering Construction applies. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Construction Time: The work will commence first with performance beginning within 21 calendar days of receipt of Notice-to-Proceed (NTP). The construction period of performance will be approximately 90 calendar days from issuance of the NTP. *There are possible restrictions for use of certain areas within the CIDMMA between May and mid-August due to migrating bird species, so the contractor is expected to plan their work accordingly. 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. The Definitive Responsibility Criteria will be developed to assess the following work items: Experience in mechanical dredging with hydraulic pump-out into an upland confined disposal facility. Experience in performing jobs similar in nature, complexity and magnitude to this project. Experience in managing the disposal facility during dredge material placement similar to the magnitude of this project. Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $37,000,000. SURVEY OF THE DREDGING INDUSTRY The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regards to the Norfolk Harbor Southern Branch maintenance dredging project located in Hampton Roads, Virginia. 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 dredging jobs similar in nature, complexity and magnitude to this project within the past 5 years? Have you managed the dredge material placement sites with the inflows similar in magnitude to this project in 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 dredging contract, in dollars, on which you were the prime contractor? What is your bonding capacity per contract? What is your total bonding capacity? Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOB. Are you familiar with the safety and health requirements of EM 385-1-1? Please only include a narrative of the requested information. Additional information will not be reviewed. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issues 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. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8)(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electronically to email luke.d.hedlund@usace.army.mil and Stormie.B.Wicks@usace.army.mil. The responses to this Sources Sought must be submitted no later than 30 January 2025 via email to Luke Hedlund at luke.d.hedlund@usace.army.mil and cc�d to Stormie B. Wicks at Stormie.B.Wicks@usace.army.mil . The official synopsis citing the solicitation number will be issued on SAM.gov at https://sam.gov/content/home . 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. No attachments or links have been added to this opportunity.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/66c3eb45f6dd41dba5a7f9ca2a37d54c/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN07314357-F 20250117/250115230107 (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 |