SOLICITATION NOTICE
Y -- Craney Island Earthwork IDIQ, Portsmouth, Virginia
- Notice Date
- 10/29/2020 12:37:26 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123621B5007
- Response Due
- 11/13/2020 2:00:00 PM
- Archive Date
- 11/28/2020
- Point of Contact
- Dariya M. Walker, Phone: 7572017748, Eartha Garrett, Phone: 7572017131
- E-Mail Address
-
dariya.m.walker@usace.army.mil, Eartha.D.Garrett@usace.army.mil
(dariya.m.walker@usace.army.mil, Eartha.D.Garrett@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SUBJECT: ADVERTISEMENT OF CRANEY ISLAND EARTHWORK PROJECT, PORTSMOUTH, VIRGINIA The Norfolk District, Corps of Engineers will be issuing a solicitation for a 100% SMALL BUSINESS SET-ASIDE, firm fixed price, Invitation for Bid (IFB) for the Craney Island Earthwork Project located in Portsmouth, VA. DESCRIPTION OF WORK The work consists of site improvements at Craney Island Dredged Material Management Area (CIDMMA). CIDMMA is a confined upland dredged material placement site located in Portsmouth, Virginia adjacent to the Port of Hampton Roads. Work activities will include borrow area preparation for the purpose of dewatering saturated materials for future use, excavation and reclamation of dredged material from prepared borrow area, transport of reclaimed and borrowed materials, and construction of site improvement infrastructure projects with the material. The infrastructure projects on CIDMMA that may be built include, but are not limited to: Construction and maintenance of containment dikes and division dikes to a compaction performance standard with incremental vertical lifts of material. Construction of access roads within containment cells at CIDMMA. Construction of spillway foundation pads. Placement of reclaimed material as overburden for the purpose of consolidation of saturated materials. Excavation and stockpiling of reclaimed material in designated areas. Excavation of saturated dredged material from around and within existing spillways and spillboxes for the purpose of maintenance of spillway components and structures. Excavation and maintenance of spillway effluent discharge pipes, outfalls, and aprons.� Installation of riprap for shoreline stabilization and erosion protection purposes. Miscellaneous steel work at Spillbox structures. � Contractor shall be responsible for before and after topographic surveys by acceptance areas.� All material for the earthwork site improvements will be government supplied from on-site borrow sources. Total material volume is not expected to exceed 300,000 cubic yards per task order. Construction techniques and equipment must accommodate soft and wet subsurface and fill soil conditions with high susceptibility to rapid and long-term settlements under instantaneous and sustained loading conditions. Liquidated Damages shall be assessed in the amount of $1,088.00 for each day of delay. The Magnitude of Construction is between $10,000,000.00 AND $25,000,000.00. The NAICS code applicable to this requirement is 237990, with a small business size standard of $36.5 million. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14.� CONSTRUCTION TIME������� � ������������������������ For each of the three years included in the IDIQ contract, multiple Task Orders that include the bid items may be issued to cover varying work as described in Project Description paragraph. The Government�s intent is to issue Task Orders sequentially, and work is expected to run almost continuously over the entire three-year period, if funding permits, adequate borrow material is available, and other work at CIDMMA is not in the way. However, simultaneous Task Orders may also be issued in case of emergencies and critical needs at CIDMMA. In such cases, the Contractor may be required to temporary shift work from the on-going Task Order to a new one for the duration of a new Task Order. Contractor may be compensated for additional mob/demob depending on the scope of work for an additional Task Order.� Each Task Order will begin performance within 15 calendar days and complete all work within the specified calendar days from receipt of the Notice to Proceed (NTP). THIS PROJECT IS A TOTAL SMALL BUSINESS SEALED BID WITH DEFINITIVE RESPONSIBLITLITY CRITERIA. This contract will contain a Definitive Responsibility Criteria, or DRC. Definitive Responsibility Criteria are specific and objective standards established to inform the Contracting Officer�s responsibility in accordance with FAR 9.104-2.� These criteria are in addition to the criteria in FAR 9.104-1 and allow the Contracting Officer to assess whether the apparent low bidder can demonstrate the expertise and specialized capabilities 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. The submission responding to the DRC must be provided in the form of a written detailed narrative, with a page limitation that shall not exceed three (3) pages for each listed DRC.� A submission will only be required from the apparent low bidder and must be submitted within three business days of the bid opening. The written narrative for each DRC listed below must demonstrate a bidder�s successful completion of the specified project experience within the past five (5) years of the date of this solicitation.� The same project may be used in response to multiple criteria if it meets each DRC�s experience requirements. The Definitive Responsibility Criteria is provided as follows:�� 1) Earthwork and Dike/Berm construction: This project requires construction and maintenance of containment dikes to retain placed dredged material within the Craney Island Dredged Material Management Area (CIDMMA).� The CIDMMA consists primarily of undrained cohesive soil conditions as described in the drawings and specification sections contained in Division 31 Earthwork and Division 35 Waterway and Marine Construction, which will be included with the Solicitation.� The Contractor shall demonstrate at least one project completed in the past 5 years which involved excavation and building an earthen berm or structure upon weak cohesive soils (soils with undrained shear strength of 300 psf or less) and installation of metal storm drain pipes to a minimum depth of 10 feet in variable soil conditions.� 2) Placement of VDOT Class II riprap for shoreline stabilization and erosion protection consistent with the scope of work described in the drawings and specifications sections contained in Division 35 Waterway and Marine Construction, which will be included with the Solicitation.� Contractor shall demonstrate experience of at least one completed project in the past five years that meets these criteria. The bidder shall provide the following: ? Project number and name of agency or owner for each project provided as experience; ? Period of performance of the project; ? Brief description of the work completed and of the work completed by the bidder for each criterion; ? Bidders may use one or more projects to demonstrate past experience in each criterion.� The same project may be used in response to multiple criteria if it meets each DRC�s experience requirements. If a subcontractor will be used to complete a work component of a bidder�s project experience, the bidder shall provide the following: ? Name of the subcontractor; ? Project number and name of agency or owner for each project provided as experience; ? Period of performance of the project; ? Brief description of the work completed; ? Subcontractor experience will show successful completion for the time specified in each criterion. 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 Beta Sam at https://www.beta.sam.gov. The proposal due date shall be at least 30 days after the IFB 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://beta.sam.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 beta.Sam. It is incumbent upon vendors to monitor beta.Sam 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 beta.Sam and will make a Bidder ineligible for award. NOTE: Online Representations and Certifications Applications apply to this solicitation. Inquires may be directed to Projnet in accordance with the forthcoming Solicitation document TELEPHONE INQUIRIES WILL NOT BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/01b9267fb49a4e4ebaf66ce2da73c63b/view)
- Place of Performance
- Address: Portsmouth, VA 23703, USA
- Zip Code: 23703
- Country: USA
- Zip Code: 23703
- Record
- SN05841072-F 20201031/201029230149 (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 |