SOURCES SOUGHT
Y -- Craney Island Dredged Material Management Area (CIDMMA) Spillway #1 Replacement
- Notice Date
- 6/3/2020 8:38:56 AM
- 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
- W9123620B5035
- Response Due
- 6/17/2020 12:00:00 PM
- Archive Date
- 07/02/2020
- Point of Contact
- Eartha Garrett, Phone: 7572017131
- E-Mail Address
-
Eartha.D.Garrett@usace.army.mil
(Eartha.D.Garrett@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify qualified and experienced firms that are interested in and capable of performing the work described herein.� This notice is posted as a market research tool only- NO Solicitation is currently available. The Government will utilize this information in determining an acquisition strategy for a competitive Firm Fixed Price (FFP) Invitation for Bid (IFB) with Definitive Responsibility Criteria (DRC) and Pre-Award Survey. Please identify your firm�s size category; if you are a small business, please state all of the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned, and small businesses less than 500 employees. This Sources Sought Notice is for firms with a North American Industry Classification System (NAICS) Code 237990 � Other Heavy and Civil Engineering Construction. Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $39.5 Million. In accordance with FAR 36/DFARs 236 the magnitude of construction is between $5,000,000.00 and $10,000,000.00. Description of Work The Craney Island Dredged Material Management Area (CIDMMA) is a confined upland dredge material placement site located in Portsmouth, Virginia; adjacent to the Port of Hampton Roads.� The work consists of replacing the existing land-based steel and concrete Spillway #1 with a new free-standing steel frame Spillbox #1 at CIDMMA in Portsmouth, Virginia.� The CIDMMA spillways support removing clarified water from the facility to meet state water quality standards.� The partial demolition of the existing spillway, outfall pipelines, and the construction of the new spillway must be synchronized to ensure the existing spillway remains functional until the new spillway is working as its replacement.� All work will be contained within the CIDMMA boundaries including soil material borrow sites.� The outfall pipeline and spillway work shall be performed by earth moving, hauling and placement equipment and steel structural raising equipment.� Construction techniques and equipment must accommodate soft and saturated subsurface and surface soil conditions which are highly susceptibility to rapid and long-term settlements under instantaneous and sustained loading conditions that are often related to changing water levels.� The contractor is responsible for dewatering all work sites.� Materials to be used from the designated borrow site shall be excavated and mixed to meet contract requirements.� Fill materials to be used for construction shall be tested to ensure minimum contract requirements are satisfied prior to transport of material to the project site.� The contractor will be responsible for surveys and associated documentation for planning, progress billings, and final as-built drawings.� The contract will include grubbing and clearing of dike areas to be excavated; and hydro seeding of all disturbed and new work areas after construction is complete. Construction Time The anticipated solicitation issuance timeframe will be in/around July 2020. The estimated award timeframe will be in/around September 2020. The construction completion date is anticipated to be 310 calendar days from receipt of notice to proceed.� The official synopsis citing the solicitation number will be issued on Beta SAM Site https://beta.sam.gov which will invite firms to register electronically to receive a copy of the solicitation when it is issued. Definitive Responsibility Criteria (DRC) 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. Potential Definitive Responsibility Criteria will be developed to assess the following work items: 1.� Construction and Earthwork - Earthwork and Geotechnical Engineer. 2.� Large Steel Framework - Detailing, Fabricating, Painting, and Erecting. 3.� HDPE Pipelines 4.� Excavation Support Systems SURVEY OF THE CONSTRUCTION INDUSTRY We are requesting that all interested and qualified businesses respond to this Sources Sought Notice with information which shall include, at a minimum: (1) Identification and verification of the company's large or small business status, (2) governmental CAGE Code and DUNS number, if applicable, 3) The level of performance and payment bonding capacity that the company could attain for the proposed project. (4) Descriptions of Experience � Provide descriptions of your firm's past experience on projects similar in scope as outlined above to projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for projects of similar type construction involving management of multiple subcontractors. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's level of interest in bidding on this solicitation when it is issued. 3. Firm's capacity to perform a contract of this magnitude and complexity 4. Provide examples of your capability to successfully execute this form of construction by detailing comparable work performed with brief descriptions of a minimum of three similar previous projects performed within the last 5 years (customer name, timeliness of performance, type of work, and dollar value of the project) including specify percentage and type of work that was self-performed. 5. Firm�s status as either a small or large business.� If firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB). 6. Firm's Existing Joint Ventures including Mentor/Prot�g� and teaming arrangement information. 7. Firm�s governmental CAGE code and DUNS number, if applicable. 8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) 9. A statement of the portion of this contract�s work that will be self-performed and how it will be accomplished. Please only include a narrative of the requested information.� Additional information will not be reviewed. The Government will utilize this information in determining a potential set-aside and acquisition strategy. Please submit capability packages electronically to Jack.B.Bass@usace.army.mil and Eartha.Garrett@usace.army.mil. The capability statement must be submitted no later than 3:00 PM EST 17 June 2020.� This sources sought should not be construed in any manner to be an obligation of the Norfolk District, U.S. Army Corps of Engineers, to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. 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. The Point of Contact for this requirement is Jack B. Bass III, Email: jack.b.bass@usace.army.mil; Phone: 757-201-7385.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dd9de8999b9e4d0dbb813e13c95c35e9/view)
- Place of Performance
- Address: Portsmouth, VA, USA
- Country: USA
- Country: USA
- Record
- SN05679716-F 20200605/200603230155 (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 |