Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOURCES SOUGHT

Y -- Dyke Marsh Wetland and Restoration and Stabilization Phase I Sill Rehabilitation

Notice Date
2/8/2024 11:39:59 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR24X0ZA4
 
Response Due
2/20/2024 9:00:00 AM
 
Archive Date
04/30/2024
 
Point of Contact
Aisha R. Boykin, Phone: 4109624978, Gary Faykes, Phone: 4109620192
 
E-Mail Address
aisha.r.boykin@usace.army.mil, gary.faykes@usace.army.mil
(aisha.r.boykin@usace.army.mil, gary.faykes@usace.army.mil)
 
Description
DYKE MARSH WETLAND RESTORATION AND STABILIZATION, PHASE I SILL REHABILITATION, ALEXANDRIA, VA SOURCES SOUGHT NOTICE NO. W912DR24X0ZA4 THIS IS A SOURCES SOUGHT NOTICE ONLY. �THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential Dyke Marsh Wetland Restoration and Stabilization project.� By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. �Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. �Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. �It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. PROJECT DESCRIPTION: The USACE Baltimore District has been tasked to solicit for and award a construction contract for the Dyke Marsh Wetland Restoration and Stabilization project. The proposed project will be a competitive, firm-fixed-price contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB). Dyke Marsh is located on the west bank of the Potomac River south of Alexandria, Virginia between Old Town Alexandria and Mount Vernon.� The scope of work consists of the rehabilitation of the sill that was constructed in the Phase 1 portion of the Project. The rehabilitation will consist of first removing R4 size stone from the top of the existing Phase 1 Sill to elevation 0.0� and to place this stone at the bayside toe of slope to provide scour protection. The rehabilitation will then consist of rebuilding a trapezoidal shape out of VA Class III stone on the portion of sill that had stone removed up to the elevation 3.5� MLW.� The Rehabilitation will utilize the existing VA Class III stone in the trapezoidal cross section where possible. Civil Engineer, Geotechnical Engineer and Hydrology & Hydraulic Engineer will provide Engineering During Construction. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). �The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. �Large businesses are not prohibited from submitting a response to this notice, however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with FAR 36.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of construction for this project is between $500,000.00 and $1,000,000.00. �The North American Industry Classification System (NAICS) code for this procurement is 237990 � �Other Heavy and Civil Engineering Construction�, which has a small business size standard of $45,000,000.00.� Responders should address ALL of the following in their submittal: The following criteria must be considered to ensure the ability to perform the proposed work: 1. Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database.� If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 237990, with a small business size standard in dollars of $39.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4.Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. USACE seeks the contractor's ability to provide details of their two (2) most recent projects that show experience in constructing $500,000.00 or larger marine/riverine environment projects within the past six (6) years.� The contractor must demonstrate experience placing large stone from a barge in a limited visibility marine environment, including Armor Stone Sills as well as placement of polymeric marine mattresses or similar structures.� In addition, the contractor must demonstrate: If work was done as the Prime or as a Sub, and what percentage of the work was performed Availability of proper equipment Experience adhering to Federal and State environmental permits Utility coordination Experience in building riverine/coastal shoreline Capability statements should also include the following information: Beginning and end dates of projects Project references (including owner with phone number and email address) Final costs of completed projects All expertise, types and number of equipment, and number of personnel 7. Total submittal shall be no longer than 15 pages in one (1).pdf file. Double sided pages will count as two (2) separate pages Comments will be shared with the Government and the project delivery team, but otherwise will be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID.� It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. �In addition, this sources sought notice is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) February 20, 2024. �All responses under this Sources Sought Notice must be emailed to aisha.r.boykin@usace.army.mil and gary.faykes@usace.army.mil referencing the sources sought notice number W912DR24X0ZA4. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. �If you have any questions concerning this opportunity, please contact: Aisha Boykin via email � aisha.r.boykin@usace.army.mil and gary.faykes@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8fd9505c8b644fd1ab8ab5abdbe8d83c/view)
 
Place of Performance
Address: Alexandria, VA 22307, USA
Zip Code: 22307
Country: USA
 
Record
SN06960805-F 20240210/240208230058 (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.