Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2023 SAM #7968
SOLICITATION NOTICE

M -- AIWW Facility USACE Norfolk Virginia

Notice Date
9/19/2023 11:06:25 AM
 
Notice Type
Presolicitation
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123624B5000PreSol
 
Response Due
10/18/2023 11:00:00 AM
 
Archive Date
10/31/2024
 
Point of Contact
Tracey Strawbridge, Phone: 757-201-7145, Katya Oxley, Phone: 7572017026
 
E-Mail Address
Tracey.M.Strawbridge@usace.army.mil, ekaterina.oxley@usace.army.mil
(Tracey.M.Strawbridge@usace.army.mil, ekaterina.oxley@usace.army.mil)
 
Description
W9123624B5000: Atlantic Intracoastal Waterway Service Contract for the U.S. Army Corps of Engineers (USACE) Civil Works Program, Virginia. THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A SOLICITATION. DO NOT SUBMIT BIDS OR QUESTIONS IN RESPONSE TO THIS NOTICE.�� The IFB and accompanying documents will be issued electronically and will be uploaded to the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/�on or about the end of October 2023. The solicitation is anticipated to be posted for 30 calendar days. THIS ACQUISITION IS AN UNRESTRICTED SOLICITATION The U.S. Army Corps of Engineers, Norfolk District intends to issue an Invitation for Bids (IFB) for the acquisition of Atlantic Intracoastal Waterway Service Contract, located in 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 is seeking eligible businesses capable of performing all services, and providing all materials, supplies, plant, labor, equipment, utilities and supervision (except those specified as government furnished) required to operate, maintain all facilities, all real property facilities, and approximately 3,100 acres of land owned by the U. S. Army Corps of Engineers, Norfolk District, which is known as the Atlantic Intracoastal Waterway (AIWW). The northern boundary of the project for this contract is the Interstate 64 bascule bridge at approximately mile 7.1 on the AIWW. The southern boundary of the AIWW on the Albemarle and Chesapeake Canal (ACC) is the North Carolina state line, approximately mile 34. The southern boundary of AIWW on the Dismal Swamp Canal (DSC) is the mouth of the Pasquotank River where it joins the Albemarle Sound, approximately mile 68, in North Carolina. The ACC project includes the North Landing Swing Bridge that borders Virginia Beach, Virginia and Chesapeake, Virginia located near Mount Pleasant Road. The bridge is operated 24 hours a day and opens on the hour and a half between 6am - 7pm daily. The Great Bridge lock is a 72 feet wide by 600 feet long navigation lock and support facility with a normal lift of 2.7 feet located in the Great Bridge section of Chesapeake, Virginia. The purpose of the lock is to prevent the inflow of salt water from the Southern Branch of the Elizabeth River to the fresh water to the south. Locking's are on demand and operated 24 hours a day. The DSC project includes one highway drawbridge and navigation lock at Deep Creek, Virginia, one highway drawbridge and navigation lock at South Mills, North Carolina. There is a total of three water control structures on the canal and at Lake Drummond. The Deep Creek Lock and South Mills Lock are 52 feet wide by 300 feet long, with a normal lift of 12 feet. Locking's are only 4 times a day, and the Dismal Swamp Canal operating staff works 8 hours per day. PERIOD OF PERFORMANCE The Government anticipates awarding a firm fixed-price contract consisting of a base year and four option years for a total of five years of performance over the period April 1, 2024 to March 31, 2029. The base year will run from April 1, 2024 � March 31, 2025. Each subsequent option year will run from April 1st through March 31st of the following year. BIDDER INSTRUCTIONS The requirement will be a Full and Open Competition Solicitation. In accordance with DFARS Part 236.204, the estimated cost for this contract, including all option years, is between $10,000,000.00 and $50,000,000.00. The applicable North American Industry Classification System (NAICS) Code is 488310 �Port and Harbor Operations� with a size standard of $47 million. The PSC code is M1KB. Contractors will be required to submit bid bonds with submittals. Payment and performance bonds will be required within 10 calendar days from contract award. 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. Current commitments and expected dates of completion. One (1) signed bank reference demonstrating adequate financial resources. If bidder�s firm has a line of credit � provide information on how many figures bidder can borrow against the line of credit (i.e. medium 6 figures � exact line of credit is not required). The bidder shall provide the latest three (3) complete fiscal year financial statements for the prime contractor, certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the bidder. The Government intends to award a Firm-Fixed Priced contract to the responsible bidder whose bid conforms to the terms of the solicitation, 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 Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/�on or about end of October 2023. 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 at https://piee.eb.mil/ 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 Ms. Tracey Strawbridge at Tracey.m.strawbridge@usace.army.mil and copy-furnish Ms. Katya Oxley at Ekaterina.oxley@usace.army.mil. �TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bdda87a809474692b6c6ae1e9853a9db/view)
 
Place of Performance
Address: Chesapeake, VA 23322, USA
Zip Code: 23322
Country: USA
 
Record
SN06836934-F 20230921/230919230052 (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.