SOLICITATION NOTICE
Y -- Maintenance Dredging for Craney Island Rehandling Basin
- Notice Date
- 11/24/2020 9:39:34 AM
- 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
- W9123621B5004
- Response Due
- 12/2/2020 1:00:00 PM
- Archive Date
- 12/17/2020
- Point of Contact
- Raven D. Sasser, Phone: 7572017136, Eartha Garrett, Phone: 7572017131
- E-Mail Address
-
raven.d.sasser@usace.army.mil, Eartha.D.Garrett@usace.army.mil
(raven.d.sasser@usace.army.mil, Eartha.D.Garrett@usace.army.mil)
- Description
- 11/24/2020 - CORRECTION:� Construction Time has been changed to reflect 240 calendar days.� Response date and time remains unchanged. 11/17/2020 - W91236-21-B-5004: Maintenance Dredging for Craney Island Rehandling Basin in Portsmouth, Virginia. THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A SOLICITATION. DO NOT SUBMIT PROPOSALS OR QUESTIONS IN RESPONSE TO THIS NOTICE.��� The U.S. Army Corps of Engineers, Norfolk District intends to issue an Invitation for Bids (IFB) for the acquisition of Maintenance Dredging for Craney Island Rehandling Basin in Portsmouth, Virginia. This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures. DESCRIPTION OF WORK The Norfolk District Corps of Engineers is seeking eligible business firms capable of performing maintenance dredging, dredged material placement by hydraulic dredge and pipeline, and debris removal at the Craney Island Rehandling Basin.� The Craney Island Rehandling Basin is located in Portsmouth, Virginia on the southeast side of Craney Island Dredged Material Management Area adjacent to the Norfolk Harbor Channel. The maintenance dredging and debris removal will be performed in the following critical areas: the North and South Access Channels, the Debris Channel, and the Rehandling Basin.� The work consists of maintenance dredging the Rehandling Basin at Craney Island Dredged Material Management Area (CIMMA) to a depth of -28 feet Mean Lower Low Water (MLLW) with -2 feet allowable overdepth. In addition, the work consists of maintenance dredging the Access Channel (s) to a depth of -18 feet MLLW with -2 feet of allowable overdepth and the Debris Channel at a depth of -9 feet MLLW with -2 feet of allowable overdepth. The work shall be performed by Hydraulic Cutter-head dredge and Hydraulic pipeline, with all dredge material transported and placed in the Government-furnished upland placement area at the CIDMMA. The Rehandling Basin dredging, including allowable overdepth is approximately 920,533 cubic yards of dredge material. The Access Channels and Debris Channel dredging, including allowable overdepth is approximately 19,590 cubic yards of material. The total estimated amount to be dredged along with an estimated accretion is 940,123 cubic yards. Subject to available funds, an optional (-2) foot MLLW of dredging depth representing an additional 139,034 cubic yards of pay yardage may be awarded. If optional items are exercised, additional performance time will be added to the contract based on one additional day per 9,500 cubic yards of dredged material added. CONSTRUCTION TIME Begin performance within 15 calendar days and complete all work within�240 calendar days of receipt of Notice-to-Proceed (NTP). There are no dredging restrictions for this project, so the contractor is expected to plan their work accordingly. BIDDER INSTRUCTIONS This requirement will be a Full and Open Competition. The applicable NAICS code is 237990 with a Small Business Size Standard of $30 Million. The Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. Contractors will be required to submit bonding documents prior to award. The Government intends to award a Firm-Fixed Priced contract to the responsible bidder whose bid conforms to the terms of the IFB notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through an IFB, Sealed Bid process.� The IFB and accompanying documents will be issued electronically and will be uploaded to the Beta.SAM.gov website (https://www.beta.sam.gov) on or about December 2, 2020. Telephone calls or written requests for the IFB package will NOT be accepted.� Prospective bidders are responsible for monitoring beta.sam.gov to respond to the solicitation and any amendments or other information regarding this acquisition.� All prospective bidders are required to be registered in the System for Award Management (SAM) database prior to contract award. Bidders 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. For inquiries about this synopsis, please contact Mrs. Raven Sasser at Raven.D.Sasser@usace.army.mil and copy Mrs. Eartha Garrett at Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1997a257ba8741f2b99b11fe51a5995b/view)
- Place of Performance
- Address: Portsmouth, VA, USA
- Country: USA
- Country: USA
- Record
- SN05860192-F 20201126/201125053802 (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 |