SOLICITATION NOTICE
Y -- Queens Creek Maintenance Dredging - Plans & Specifications
- Notice Date
- 7/26/2018
- 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-0029
- Archive Date
- 8/31/2018
- Point of Contact
- Jerry W. Clark-Juneau, Phone: 7572017643, Danita Young,
- E-Mail Address
-
Jerry.W.Clark-Juneau@usace.army.mil, danita.a.young@usace.army.mil
(Jerry.W.Clark-Juneau@usace.army.mil, danita.a.young@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Queens Creek Plans & Specifications A. Solicitation Schedule: Pre-solicitation Notice: 25 July 2018 Anticipated Solicitation Notice: 14 August 2018 Anticipated Bid Opening Date: 20 September 2018 B. Project Description: The Queens Creek Maintenance Dredging Project located in Mathews County, Virginia will consist of dredging up to approximately 17,900 cubic yards of maintenance material from the Queens Creek Federal Navigation Channel. Approximately 13,000 cubic yards of sandy dredged material, will be dredged and hydraulically placed by pipeline on a nearby shoreline. A hydraulic cutter-head dredge and support equipment is intended to be used to accomplish this work. Approximately 4,900 cubic yards of additional sandy material may be awarded as optional work to be dredged from Queens Creek Federal Navigation Channel with placement also occurring on the nearby shoreline. Maximum dredging contract pay depths will be to -8 feet Mean Lower Low Water. Placement of dredged material on the nearby shoreline will require sufficient horsepower to pump the dredged material through the pipeline length to the shoreline, which is approximately a maximum distance of 3,000 feet. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14 with Definitive Responsibility Criteria. 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 following Definitive Responsibility Criteria will be used: 1) Beach Nourishment work. Project experience comparable and consistent with the scope of work described in the drawings and specification sections contained in Division 35 - Waterway and Marine Construction, included as part of this Solicitation. 2) Dredging. Project experience comparable and consistent with the scope of work described in the drawings and specification sections contained in Division 35 - Waterway and Marine Construction. 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 the Definitive Responsibility Criteria. In order to be found responsible, the apparent low bidder must provide documentation in the form of a written narrative, not to exceed three (3) pages for each definitive responsibility criteria listed. The documentation must demonstrate successful completion of one (1) year project experience for each of the definitive responsibility criteria listed. Project experience demonstrating successful completion of the defined work criteria must have occurred within the past five (5) years. Bidders can use one or more projects per defined work criteria, to demonstrate past experience. Each defined work criteria must be addressed. If a subcontractor is used to complete a work component associated with the definitive responsibility criteria, that subcontractor must demonstrate their past experience associated with the listed defined work criteria. The Contracting Officer will verify the submitted project experience meets the definitive responsibility criteria as part of the responsibility determination. The Government will request supporting documentation from the bidder anticipated to receive the award. Should the apparent low bidder fail to submit sufficient documentation in accordance with 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. C. Construction Time: For the base contract bid items, bidders will be required to begin performance within 15 calendar days and complete all work within 75 calendar days after receipt of Notice to Proceed (NTP). It is the Government's intent that the successful bidder will dredge to the optional depth, if so exercised by the Government, concurrent with dredging to the depth required in the base scope of work. Thus, optional items will be awarded with the base award. If optional items are exercised, additional performance time will be added to the contract based on one additional day per 500 cubic yards of dredged material added. Should the total quantity of material to be paid for and actually placed under this contract exceed the estimated quantity from the Bidding Schedule, to include optional items, additional time will be allowed at the rate of one day for each 500 cubic yards in excess of the estimated base contract quantity. D. Liquidated Damages: $857.08 for each day of delay E. Bid Acceptance Period: 60 calendar days G. Magnitude of Job: $500k - $1m
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0029/listing.html)
- Place of Performance
- Address: USACE Army Corp of Engineers, 803 Front Street, Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN05009314-W 20180728/180726231415-be8029e249e14b9270126ebfe1eb961f (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 |