SOLICITATION NOTICE
Y -- Rudee Inlet Maintenance Dredging
- Notice Date
- 11/1/2019
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, US Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123620B0012
- Archive Date
- 11/23/2019
- Point of Contact
- Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: (757)201.7131
- 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)
- Small Business Set-Aside
- N/A
- Description
- **Pre-Solicitation previously posted under Solicitation Number W9123619B0022. Due to change of Fiscal Year, the Solicitation Number is required to change. New Solicitation Number is W9123620B0012. ALL further documentation and communication should reference Solicitation Number W9123620B0012. ** The Below Pre-Solicitation has been previously posted, but is re-posted in the new Fiscal Year due to renewed efforts to solicit the requirement. THIS IS AN UNRESTRICTED PROCUREMENT The Norfolk District, Army Corps of Engineers is contemplating a Firm Fixed Price, Construction contract for Maintenance Dredging of the Rudee Inlet, including the Rudee Entrance Channel, Sand Trap, Transition Area, Jetty Protection Areas, and Deposition Areas located in Virginia Beach. DESCRIPTION OF WORK The Rudee Inlet Maintenance Dredging Project will consist of dredging up to approximately 190,000 cubic yards of sandy maintenance material from the Rudee Entrance Channel, Sand Trap, Entrance Channel Transition Area, North Jetty Area, South Jetty Area, and Outer Deposition Basin located in Virginia Beach, Virginia. Approximately 70,000 cubic yards of sandy material will be dredged from the Entrance Channel and Sand Trap with placement on Resort Beach to the north of the Inlet. Approximately 15,000 cubic yards of sandy material will be dredged from the Entrance Channel Transition Area and North and South Jetty Protection Areas with placement on Resort Beach to the north of the Inlet. Approximately 51,000 cubic yards of sandy dredged material will be dredged from an area of the Outer Deposition Basin with placement on Resort Beach to the north of the Inlet. An additional 50,000 cubic yards of sandy dredged material will be dredged from the remaining dredging prism of the Outer Deposition Basin and placed on Resort Beach to the north of the Inlet or as an option on Croatan Beach to the south of the Inlet. A Hydraulic Cutter-head Dredge will be used to accomplish this work. Maximum pay depth (required + allowable), including optional work, will be to -14 feet Mean Lower Low Water (MLLW) in the Entrance Channel, -20 feet MLLW in the Sand Trap, -16 feet MLLW in the Entrance Channel Transition Area, -14 feet for the North and South Jetty Protection Areas, and -22 feet for the Outer Deposition Basin. Dredging will take place in the Atlantic Ocean and it is expected that dredging conditions will be in an ocean environment. The contractor is expected to work in the vicinity of large groups of bystanders and tourists during placement operations and work at a project with high recreational traffic through the Entrance Channel. The contractor will not be allowed to use Lake Wesley as a staging and safe harbor area for plant and equipment. The contractor is expected to have the ability to pump sandy dredged material up to 1.25 miles. The NAICS code applicable to this requirement is 237990, with a small business size standard of $27.5 million. In accordance with FAR 36/DFARs 236, the Magnitude of Construction for this project is between $1,000,000 and $5,000,000. Liquidated Damages will be assessed in the amount of $961.00 per day of delay. CONSTRUCTION TIME * For the contract bid items, begin performance within 15 calendar days of issuance of the Notice to Proceed and complete all work, base and option, within 75 calendar days of receipt of Notice to Proceed (NTP). DREDGING AND DREDGE RELATED MARINE WORK The Contractor shall comply with the provisions of EM 385-1-1. If the Contractor is a currently accepted participant in the Dredging Contractors of America (DCA)/United States Army Corps of Engineers (USACE) Dredging Safety Management Program (DSMP), as determined by the DCA/USACE Joint Committee, and holds a current valid Certificate of Compliance for both the Contractor Program and the Dredge(s) to be used to perform the work under this contract, the Contractor may, in lieu of the submission of an Accident Prevention Plan (APP), (1) Make available for review, upon request, the Contractor's current Safety Management System (SMS) documentation, (2) Submit to the Contracting Officer the current valid Company Certificate of Compliance for its SMS, (3) Submit the current dredge(s) Certificate of Compliance based on third party audit, and submit for review and acceptance, site-specific addenda to the SMS as specified in the solicitation. 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 contractor 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. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at http://www.fbo.gov. The proposal due date shall be at least 30 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES 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 FedBizOps. 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 FedBizOps and will make a Bidder ineligible for award. NOTE: Online Representations and Certifications Applications apply to this solicitation. Inquires may be directed to Stormie Wicks by email at Stormie.B.Wicks@usace.army.mil and cc'd Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123620B0012/listing.html)
- Place of Performance
- Address: Rudee Inlet, Virginia Beach, Virginia, United States
- Record
- SN05488145-W 20191103/191101231002-ef09501145a4974b609013d482fd38e3 (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 |