Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2025 SAM #8551
SOLICITATION NOTICE

Z -- Starlings Creek Upland Placement

Notice Date
4/23/2025 11:00:27 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
W9123625B5011
 
Response Due
7/15/2025 11:00:00 AM
 
Archive Date
07/30/2025
 
Point of Contact
George Jackson, Phone: 7572017712, Stormie Wicks, Phone: 7572017215
 
E-Mail Address
george.jackson@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL
(george.jackson@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Starlings Creek Upland Placement, 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 June 2025. The solicitation is anticipated to be posted for 30 calendar days. THIS ACQUISITION IS A 100% SMALL BUSINESS SET-ASIDE SOLICITATION The U.S. Army Corps of Engineers, Norfolk District intends to issue an Invitation for Bids (IFB) for a firm-fixed-price construction contract for Refurbishments to the Starlings Creek Upland Dredged Material Placement Site in Saxis, Accomack County, Virginia. DESCRIPTION OF WORK The U.S. Army Corps of Engineers � Norfolk District is seeking eligible firms capable of performing rehabilitation work to the Starlings Creek Upland Placement Site located in Saxis, Virginia. This project will involve clearing and grubbing of the upland placement site, repairs to the existing perimeter and spur dikes using on-site dredged material, repairs of the site spill box and outfall structures, maintenance to the site stormwater ditches, and installation of riprap shoreline protection and marine mattresses at the southern stormwater outfall. 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, Other Heavy and Civil Engineering Construction, applies to this project. IFBs are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $37,000,000. CONSTRUCTION TIME The work will commence first with performance beginning within 10 calendar days of receipt of Notice-to-Proceed (NTP). The construction period of performance will be approximately 90 calendar days from issuance of the NTP. BIDDER INSTRUCTIONS 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 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 May 2025. 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 Major George Jackson at George.Jackson@usace.army.mil and copy-furnish Ms. Stormie Wicks at Stormie.B.Wicks@usace.army.mil . TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/477e1f90f0af437abd0eb7dcc7f8d4c8/view)
 
Place of Performance
Address: Saxis, VA, USA
Country: USA
 
Record
SN07418744-F 20250425/250423230051 (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.