SOLICITATION NOTICE
Y -- James River Streambank Stabilization (JRSSP)
- Notice Date
- 5/16/2018
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-18-B-0003
- Point of Contact
- Danita Young, , Jerry Clark-Juneau,
- E-Mail Address
-
danita.a.young@usace.army.mil, jerry.w.clark-juneau@usace.army.mil
(danita.a.young@usace.army.mil, jerry.w.clark-juneau@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Summary: The U.S. Army Corps of Engineers, Norfolk District will be issuing a solicitation for a full and open unrestricted competition, firm-fixed-price, Invitation for Bid (IFB) with Definitive Responsibility Criteria (DRC). 2. Description of Service: The U.S. Army Corps of Engineers- Norfolk District is seeking qualified and experienced firms capable of performing site improvements at the James River Streambank Stabilization Project (JRSSP), Amherst County, Virginia. Site improvements shall include: a. Securing all land disturbance permits. b. Performing a pre-condition survey of the entire project area to confirm existing site conditions. c. Prior to construction operations commencing, coordinating with an approved Contractor (certified mussel survey contractor, who must be listed as qualified for Atlantic Slope Mussels in the established DGIF mussel guidance) to relocate any mussels observed in the approximate one (1) acre construction area. d. Modifying dirt access road to support transport of construction materials and heavy equipment. e. Excavating, grading, draining, clearing, grubbing, seeding, and debris disposal for the one acre construction area. f. Placing approved soil and stone to fill and level riverbank to produce a 2: 1 slope in the construction area. g. Constructing and placing a 6-inch thick filter mattress that includes fill stone and geotextile fabric in the construction area; placement of 3 feet (36 inch) layer of Class II Armor stone to overlap the marine mattress. h. Placement of 24-inch layer of Class II Armor stone to overlap the marine mattress. i. Return access road to pre-construction conditions. j. Accomplish post construction survey. The contract will include the following bid items: a. Mobilization/Demobilization. b. Clearing and re-grading riverbank. c. Backfilling area with approved soil. d. Placement of marine mattress. e. Placement of stone revetment. f. Mussel relocation. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14 with Definitive Responsibility Criteria (DRC). These criteria are specific and objective standards established by an agency as a pre- condition to award designed to measure a prospective contractor's ability to perform the contract. In order to be found responsible, the apparent low bidder must demonstrate their past experience in all defined work criteria. The three criteria will be related to: 1) earthwork in difficult conditions; 2) revetment expertise; and 3) the ability to coordinate with Federal and state regulatory authorities. 3. Solicitation Schedule: a. Anticipate Solicitation Notice: 4 June 2018 b. Anticipate Bid Opening Date: 3 July 2018 4. Administrative Data: a. In accordance with FAR 36 and DFARS 236, the estimated construction price range for this project is between $1,000,000.00 and $5,000,000.00. b. In addition to the examining criteria detailed in FAR 9.104-1 - Contractor Qualifications: General Standards, the Contracting Officer will also examine whether the low bidder can meet the requirements of three Definitive Responsibility Criteria regarding: i. Earthwork in difficult, swampy conditions ii. Steel framework construction iii. Welding and installation of large HDPE pipelines. c. In order to be found responsible, the apparent low bidder must provide documentation that shows successful completion of one (1) year project experience for each of the three work criteria listed above. Project experience demonstrating successful completion of the work criteria listed above must have occurred within the past 5 years. d. 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. e. 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. f. NAICS Code 237990 applies to this procurement. g. 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. h. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. 5. Construction Time: a. Period of Performance for this effort is to complete all work within 240 calendar days of receipt of Notice to Proceed (NTP). The mussel survey and relocation must occur between the time period of 1 April and 31 October, and must be completed prior to commencement of any construction work that will occur in the water. b. Liquidated Damages: $870.00 for each day of delay c. Bid Acceptance Period: 90 calendar days
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0003/listing.html)
- Record
- SN04924425-W 20180518/180516230917-59cb0a888124fdb3cd6568775cd0be16 (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 |