Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2024 SAM #8081
SOLICITATION NOTICE

Y -- Craney Island Earthwork IDIQ FY24

Notice Date
1/10/2024 9:18:24 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
W9123624B5001
 
Response Due
1/25/2024 9:00:00 AM
 
Archive Date
03/15/2024
 
Point of Contact
AMY COODY, Phone: 7572017883, Nicholas Lizotte, Phone: 7572017310
 
E-Mail Address
amy.h.coody@usace.army.mil, Nicholas.Lizotte@usace.army.mil
(amy.h.coody@usace.army.mil, Nicholas.Lizotte@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W9123624B5001 Craney Island Earthwork IDIQ Portsmouth, Va. This is a pre-solicitation notice.� This is NOT a solicitation.� Do NOT submit proposals or questions in response to this notice.� It is anticipated that the solicitation will be posted on Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about February 2024. The solicitation is anticipated to be posted for 30 calendar days. The U.S. Army Corps of Engineers (USACE) Norfolk District (NAO) intends to issue an Invitation for Bid (IFB) acquisition for the Craney Island Earthwork IDIQ project, Portsmouth, VA. This procurement will be conducted in accordance with FAR Part 14, Invitation for Bid (IFB). The not to exceed value of this IDIQ procurement will be $75,000,000.00 The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited as a 100% small business set-aside. The applicable NAICS code is 237990, Other Heavy and Civil Engineering Construction, with a small business standard of $45 million. Description of Work The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing site maintenance and improvements at CIDMMA. CIDMMA is a confined upland dredge 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 areas, 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. Placement of reclaimed material as overburden for the purpose of consolidation of saturated materials. Placement of reclaimed material as stockpile. Excavation of saturated dredged material from around and within existing spillways for the purpose of maintenance of spillway components and structures. Excavation and maintenance spillway effluent discharge pipes, outfalls, and aprons. Steel and Concrete repair at the spillbox structures Replacement of weir boards and repositioning of the gangways at the spillbox structures Contractor shall be responsible for before and after topographic surveys of the dike raising areas. All reclaimed material for the earthwork site improvements will be government supplied from on-site borrow sources. Total material volume placed is not expected to exceed 1,000,000 cubic yards per contract year. 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. Construction Time Services to perform this work will be procured through an Indefinite Delivery Indefinite Quantity (IDIQ) Contract which will be a three-year contract. Task Orders under the IDIQ contract will be issued in accordance with site improvement needs and multiple task orders are expected to be issued during the contract period. The official synopsis citing the solicitation number will be issued on the System for Award Management website (Sam.gov) which will invite firms to register electronically to receive a copy of the solicitation when it is issued. 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 is provided as follows: 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 un-drained cohesive soil conditions as described in the drawings and specification sections contained in Division 35 DIKE CONSTRUCTION, which will be included with the Solicitation. The Contractor shall demonstrate at least one project completed by the prime contractor, or their submitted earthwork subcontractor, in the past 5 years which involved excavation and building an earthen berm or structure upon cohesive soils. 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 criteria Bidders may use one or more projects to demonstrate past experience in each criteria. 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 criteria 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) website at https://piee.eb.mil/ on or about February 2024. 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, release of the solicitation, specification, drawings, and all subsequent amendments. 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 OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. No hard copies will be available. Prospective bidders are responsible for monitoring SAM.gov to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders are required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment of any contract. NOTE: Online Representations and Certifications Applications apply to this solicitation. Inquires must be directed to Projnet in accordance with the forthcoming Solicitation document.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22f84564f7da44a99b3e5da27834d38d/view)
 
Place of Performance
Address: Portsmouth, VA 23703, USA
Zip Code: 23703
Country: USA
 
Record
SN06932047-F 20240112/240110230045 (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.