Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2017 FBO #5658
MODIFICATION

38 -- Craney Island Dike Improvements

Notice Date
5/19/2017
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-17-R-0022
 
Point of Contact
Courtney B. Williams, Phone: 7572017000
 
E-Mail Address
courtney.baker-williams@usace.army.mil
(courtney.baker-williams@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS PROCUREMENT IS A COMPETITIVE SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, Norfolk District (NAO) is contemplating a Firm Fixed Priced, ‘D' contract for raising the soil dikes surrounding and crossing the Craney Island Dredged Material Management Area (CIDMMA) a few feet at a time. Description of Work: This work shall be performed by earth moving, hauling and placement equipment with all work contained within the CIDMMA boundaries. Dredge materials stored in the two borrow sites shall be excavated and then transported to dike raising locations as specified in contract plans and then placed and compacted. The Contractor is responsible for the completion of both the Before Dike (BD) and After Dike (AD) surveys and associated documentation for planning, progress billings, and final as-built drawings. If all anticipated funding is awarded, approximately 1,023,000 cubic yards of dredge material shall be transported and placed onto the dikes. The dike raising includes two to four feet of compacted fill placed across all dikes' top surfaces and partially down each of the dike's side slopes. The contract includes grubbing and clearing before dike material placement; and hydro-seeding after dike placement. This is an Indefinite Delivery, Indefinite Quantity (IDIQ) contract where the specific work areas and scope shall be defined using Task Orders based on unit costs included in the Contractor's cost proposal. The project will be solicited as a Request for Proposal as competitive small business procurement. THIS PROJECT IS A TOTAL SMALL BUSINESS SEALED BID WITH DEFINITIVE RESPONSIBLITLITY CRITERIA. This contract will contain a Definitive Responsibility Criteria, or DRC. Definitive Responsibility Criteria are specific and objective standards established by an agency as a precondition to award which are designed to measure a prospective contractor's ability to perform the contract. In order to be found responsible, the apparent low bidder must demonstrate past experience on all of the following three work components. To demonstrate experience, bidders must summarize their experience on one or more past projects that must have been completed within the past five years. More than one project may be used to satisfy these requirements. 1. SURVEYING: A minimum total of one year of experience within the last five years of surveying earthwork projects including: 1) before and after placement surveys of the entire site; 2) weekly surveying of new work; 3) cut and fill volume calculations based on before and after placement surveys; and 4) preparation of documents to support work completed including as-built site drawings. 2. TRUCKING: A minimum total of one year of experience within the last five years of large scale material trucking at a job site including: 1) provide and maintain a constant fleet of a minimum of five dump trucks and associated personnel, and loading/unloading equipment at the job site; 2) daily operations on the scale of 40 one-hour round trips on a daily basis for extended periods; and 3) documentation to support quantity and location of material deliveries. 3. EARTHWORK: A minimum total of three years of experience within the last five years in the construction of stable earth surfaces including: 1) the placement and compaction of soil in controlled lifts to meet specified construction templates; 2) material delivery and placement in a constrained site with irregular surface elevations and conditions; and 3) management of documentation to support quality control requirements and daily operations. Bidders can use one or more projects per work component, above, to demonstrate past experience. Each work component must be addressed. If a subcontractor is used to complete a work component, that subcontractor must demonstrate his past experience in that work component. Bidders are not required to submit additional documentation related to this criterion at the time of bid. The Government will request supporting documentation from the bidder anticipated to receive the award, prior to award. Bidders will be evaluated on conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. The contract duration is approximately 3 years. The magnitude of construction is more than $10,000,000.00. The NAICS code applicable to this requirement is 237990, with a small business size standard of $36.5 million. The proposed procurement listed herein is set-aside for competitive small business. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about June 25, 2017. The bid due date shall be at least 30 days after the IFB is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. 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. The Point of Contact for this requirement is Courtney Baker-Williams Email: Courtney.baker-williams@usace.army.mil; Phone: 757-201-7000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-17-R-0022/listing.html)
 
Place of Performance
Address: PORTSMOUTH, Virginia, United States
 
Record
SN04515690-W 20170521/170519234802-2dfaf9b6c294ab5e77544ddc913da0b2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.