Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2021 SAM #7068
SOLICITATION NOTICE

Z -- Norfolk Harbor Maintenance Dredging for US Army Corps of Engineers, Norfolk District

Notice Date
4/6/2021 6:04:54 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
W9123621B5011
 
Response Due
5/10/2021 12:00:00 PM
 
Archive Date
05/25/2021
 
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
W9123621B5011: Norfolk Harbor Maintenance Dredging for the U.S. Army Corps of Engineers (USACE) Civil Works Program at Norfolk Harbor, Hampton Roads, Virginia. THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A SOLICITATION. DO NOT SUBMIT BIDS OR QUESTIONS IN RESPONSE TO THIS NOTICE.�� The U.S. Army Corps of Engineers, Norfolk District intends to issue an Invitation for Bids (IFB) with Definitive Responsibility Criteria (DRC) for the acquisition of the Norfolk Harbor Maintenance Dredging for the USACE Civil Works Program in the Norfolk Harbor, Hampton Roads, Virginia. This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures. DESCRIPTION OF WORK The Norfolk District, United States Army Corps of Engineers (USACE) is seeking eligible firms capable of performing maintenance dredging for the Norfolk Harbor in Hampton Roads, Virginia. The work at Norfolk Harbor consists of maintenance dredging of the Norfolk Harbor Inner Channel to a required depth of 51 feet MLLW with one foot of allowable overdepth. The dredging involves approximately 425,000 cubic yards of material and work shall be performed by use of a pipeline dredge with all dredged material placed within the cells at the Craney Island Dredge Material Management Area. DEFINITIVE RESPONSBILITY CRITERIA Definitive Responsibility Criteria (DRC), are specific and objective standards established to inform the Contracting Officer�s responsibility in accordance with FAR 9.104-2. These criteria 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. 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. The written narrative for each DRC listed below must demonstrate a bidder�s successful completion of at least one (1) year total project experience within the past five (5) years of the date of this solicitation for the item below. The bidder shall provide the following: Contract number and name of agency for each project provided as experience; Period of performance of the contract; Brief description of the work performed under the contract; Bidders may use one or more projects to demonstrate past experience. If a subcontractor was used to complete a work component of a bidder�s project experience, bidders shall provide the following: Name of the subcontractor; Contract number and name of agency for each project provided as experience; Period of performance of the contract; Brief description of the work performed under the contract; Subcontractor experience will show successful completion of at least one (1) year total project experience within the past five (5) years of the date of this solicitation for the item below. The Definitive Responsibility Criteria is provided as follows: Deep Draft Dredging. Project experience in hydraulic pipeline dredging in bay and coastal environments comparable (size and scope) and consistent with the size and scope of work described in the drawings and specifications section contained in Division 35-Waterway and Marine Construction, included as part of this Solicitation. The Contractor shall demonstrate the ability to dredge depths of up to -55 feet with a production rate of 10,000 cubic yards per day. CONSTRUCTION TIME The contractor is expected to begin performance within 20 calendar days and complete all work within 75 calendar days of receipt of Notice to Proceed (NTP). �The official synopsis citing the solicitation number will be issued in Beta.SAM.gov. BIDDER INSTRUCTIONS The requirement will be a Full and Open Competition Solicitation. In accordance with FAR Part 36/DFARs Part 236, the estimated Magnitude of Construction for this project is between $5,000,000.00 and $10,000,000.00. The applicable North American Industry Classification System (NAICS) Code is 237990 �Dredging and Surface Cleanup Activities,� with a Small Business size standard of $30 Million. Contractors will be required to submit bid bonds with submittals. Liquidated Damages will be assessed in the amount of $900.00 per calendar day of delay. In accordance with FAR Part 9.104 and 9.106, contractor responsibility will be determined prior to award by the Contracting Officer through the performance of a Pre-Award Survey or utilizing information from a previous pre-award survey and/or any performance data available. The apparent low bidder may be required to show that he has the necessary capital, experience, and owns or can procure the necessary plant or other resources to commence the work at the time prescribed in the specifications and thereafter to prosecute and complete the work safely and satisfactorily within the time specified. The below Pre-Award Survey Information will be requested of the apparent low offeror. This information is not required to be responsive to the Invitation for Bid. 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 the IFB, Sealed Bid process.� This notice does not constitute an invitation for bid. 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 May 2021. Notification of any changes to this pre-solicitation will only be made on this website. Therefore, it is the offerors responsibility to check the website regularly for any posted changes to the pre-solicitation notice. 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.� IT IS THE SOLE RESPONSIBILITY OF THE BIDDER TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.� No hard copies will be available. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to beta.SAM.gov. It is incumbent upon vendors to monitor beta.SAM.gov 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 https://www.sam.gov. Lack of registration in the SAM database will prevent access to beta.SAM.gov and will make a bidder ineligible for award.� Representations and Certifications Applications apply to this solicitation and may be completed online via the SAM.gov website. Inquiries may be directed to 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/f2d412648268453290bc47fd9a672125/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN05963647-F 20210408/210406230114 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.