SOURCES SOUGHT
Y -- Willoughby Channel Dredging Sources Sought
- Notice Date
- 1/6/2023 12:20:53 PM
- 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
- W9123623B5008
- Response Due
- 1/16/2023 7:00:00 AM
- Point of Contact
- Kate Vance, Phone: 7572017124, STORMIE WICKS, Phone: 7572017215
- E-Mail Address
-
katelyn.vance@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL
(katelyn.vance@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Norfolk District, U.S. Army Corps of Engineers, is anticipating a future procurement for a Firm, Fixed Price Construction contract for Willoughby Channel Federal Navigation Project in Norfolk, Virginia. Description of Work: The US Corps of Engineers, Norfolk District, is seeking qualified and experienced firms capable of performing approximately 65,000 to 80,000 cubic yards of maintenance dredging from the Willoughby Channel Federal Navigation Project (Federal Project) located in Norfolk, Virginia. A combination of base work and optional work may be advertised. The base bid will include dredging of approximately 65,000-80,000 CY from shoaled areas, consisting of sands with minor amounts of fines, within the full 300-foot-wide channel area and a portion of the 200-foot-wide channel at the north entrance of the channel from Stations 66+00 to 86+00 to a depth of� -11.0 feet with 1-foot allowable overdepth (-12.0 feet total) and dredging of shoaled areas along the northern edge of the 200-foot-wide portion of the channel from Stations 17+00 to 39+00 to a depth of -10.0 feet with 1-foot allowable overdepth (-11.0 feet total). All depths are referred to Mean Lower Low Water (MLLW). Dredged material from the Federal Project will be placed within the Craney Island Rehandling Basin (CIRB) in Portsmouth, VA.� If the option is exercised, all or a portion of the material from the channel will be dredged, transported, and pumped directly: into the cells at the Craney Island Dredged Material Management Area (CIDMMA) in Portsmouth, VA; on Willoughby Spit beach to the east of the channel between 15th View Street and 9th View Street in Norfolk, VA; or on the beach at East Beach in Norfolk, VA between 24th Bay Street and the Little Creek jetty. The dredging must be performed by mechanical dredge with bottom dump barge/scow; if the option is exercised, the barge/scow must have pump-out capabilities for placement onto the beach at Willoughby Spit, East Beach or into the cells at CIDMMA. �The work under this contract requires use of the National Dredging Quality Management Program (DQM) to monitor the scow�s status at all times during the contract and to manage data history.� Information and requirements of the DQM program can be found at https://www.sam.usace.army.mil/Missions/Spatial-Data-Branch/Dredging-Quality-Management/. In accordance with FAR 36.204, the estimated construction price range for this project is between $1,000,000 and $5,000,000. NAICS Code 237990 applies. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Construction Time: The contract is anticipated to be structured with a base bid and one (1) option. �The Base Bid will include dredging, transport, and placement of material with the CIRB. Work will commence within 21 calendar days of receipt of Notice-to-Proceed (NTP); construction period of performance will be approximately 100 calendar days from issuance of the NTP. Option 1 will include dredging, transport and placement of material placement onto the beach at Willoughby Spit, East Beach or into the cells at CIDMMA. �If exercised, work will commence within 21 calendar days of receipt of Notice-to-Proceed (NTP); construction period of performance will be approximately 120 calendar days from issuance of the NTP. *There are possible restrictions for use of certain areas within the CIDMMA between May and mid-August due to migrating bird species, so the contractor is expected to plan their work accordingly. Definitive Responsibility Criteria: 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. The Definitive Responsibility Criteria will be developed to assess the following work items: Experience in mechanical dredging, bottom dump placement, and hydraulic pump out of dredged material from a barge/scow. Experience in performing jobs similar in nature, complexity and magnitude to this project. Experience in managing the CIDMMA disposal facility during dredge material placement similar to the magnitude of this project. Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $30,000,000.00. SURVEY OF THE DREDGING INDUSTRY The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Willoughby Channel Federal Navigation Project located in Norfolk, Virginia. Please provide company�s name, address, point of contact, phone number, and e-mail address. Would you be interested in bidding on the solicitation when it is issued? If the answer is No, please explain why not? Have you worked on dredging jobs similar in nature, complexity and magnitude to this project within the past 5 years? Have you managed the dredge material placement sites with the inflows similar in magnitude to this project in the past 5 years? If so, please describe the project(s) and for whom the work was performed. Indicate the dollar value of the project(s). Identify a point of contact (s) and phone number, as a reference of relevant experience. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? What is the largest dredging contract, in dollars, on which you were the prime contractor? What is your bonding capacity per contract? What is your total bonding capacity? Are you familiar with the safety and health requirements of EM 385-1-1? This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issues a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request. No solicitation is currently available. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8)(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electronically to email Katelyn.Vance@usace.army.mil and Stormie.B.Wicks@usace.army.mil. The responses to this Sources Sought must be submitted no later than 16 January 2023 via email to Katelyn Vance at Katelyn.Vance@usace.army.mil and cc�d to Stormie B. Wicks at Stormie.B.Wicks@yusace.army.mil . The official synopsis citing the solicitation number will be issued on SAM.gov at https://sam.gov/content/home . 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/de9f663ff76344b09718a554b95f9349/view)
- Place of Performance
- Address: Norfolk, VA, USA
- Country: USA
- Country: USA
- Record
- SN06558681-F 20230108/230106230103 (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 |