SOLICITATION NOTICE
Y -- CRANEY ISLAND NORTHERN SHORELINE REVETMENT PHASE III, PORTHSMOUTH, VIRGINIA
- Notice Date
- 2/13/2014
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-14-B-0002
- Response Due
- 4/8/2014
- Archive Date
- 5/8/2014
- Point of Contact
- Jodelle Ferguson, 757-201-7746
- E-Mail Address
-
USACE District, Norfolk
(jodelle.ferguson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- MAINTENANCE DREDGING, CRANEY ISLAND NORTHERN SHORELINE REVETMENT PHASE III, PORTSMOUTH, VIRGINA The project requires the construction of approximately 3840 feet of shoreline protection at the Craney Island Dredged Material Management Area (CIDMMA), Portsmouth, Virginia. The purpose of the project is to replace the existing (randomly placed) concrete rubble with six engineered riprap breakwaters. Sand fill mined from CIDMMA will be placed landward of the breakwaters. The objective for this project is to protect up to 4100 linear feet of shoreline along the west shore of CIDMMA. The contractor shall provide the materials and equipment and necessary to construct 8 breakwaters as shown and described in the plans and specifications. To the maximum extent possible, the existing concrete shall be used as a bedding layer for the armor stone. Geotextile filter material shall be used under all areas of bedding material. All construction borrow areas and haul routes must be coordinated with the COR. All disturbed areas shall be seeded with a site-specific, low-maintenance permanent seed mixture. Disposal of suitable excess excavated material shall be coordinated with the COR. The Installation shall provide adequate space for the delivery and storage of equipment and materials. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contracts responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. 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. The contract duration is 210 calendar days. The magnitude of construction is estimated to be between $5,000,000.00-$10,000,000.00. The solicitation will be posted on/about February 28, 2014. The receipt date for Bids is April 08, 2014 by 2:00 p.m. NAICS CODE 237990 ($25.5M) applies to this procurement. Bid bonds will be required with bid submittals. 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 FEDBIZOPPS. 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 FEDBIZOPPS 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 certification 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/W91236-14-B-0002/listing.html)
- Place of Performance
- Address: USACE District, Norfolk 803 Front Street, Norfolk VA
- Zip Code: 23510-1096
- Zip Code: 23510-1096
- Record
- SN03288737-W 20140215/140213234447-3361fdfcf16ffce9578eac88dc6d5158 (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 |