MODIFICATION
38 -- Dyke Marsh Wetland Restoration and Stabilization - Solicitation 1
- Notice Date
- 7/10/2017
- 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, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-17-B-0016
- Response Due
- 8/8/2017 12:00:00 PM
- Point of Contact
- Desiree Dirige, Phone: 4109620154
- E-Mail Address
-
desiree.s.dirige@usace.army.mil
(desiree.s.dirige@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment F- Dyke Marsh Specifications Attachment E- Dyke Marsh Plans Attachment D- EFT Form Attachment C- Certificate of Corporate Authority Attachment B- SF LLL Form Attachment A- Wage Determination Dyke Marsh Solicitation- FINAL- JUL 17 This proposed procurement is Full and Open Competition (Unrestricted); NAICS 237990 "Construction, mining, excavating & highway maintenance equipment" with a size standard of $36,500,000.00. Project Description: This is a "Two-Step Sealed Bid" for the construction of the Dyke Marsh Wetland Restoration and Stabilization project located in the Potomac River along the George Washington Memorial Parkway, Alexandria, Virginia. The work includes construction from barge on water of an approximate 1,535 linear foot stone jetty and include cobble beach with sills for creation and protection of new and existing wetlands. The project scope includes construction and placement of polymeric marine mattresses or similar structures and large stone in very soft material in a limited visibility marine environment. Work will include surveying, cobble beach creation, wetland planting, site preparation plus all necessary and essential utilities, permits, and work to satisfy mission essential operation requirements associated with this project. The magnitude of construction is between $10,000,000.00 and $25,000,000.00. Additional information in accordance with the statement of work will be included in the request for proposal (RFP) package. This will be a Two Step Sealed Bid Process. The two-step procedure is designed to obtain the benefits of sealed bidding by awarding a contract to the lowest price, responsive, responsible offeror. Step One under this bidding process consists of the request for, submission, evaluation, and (if necessary) discussion of a technical proposal. Only one technical proposal may be submitted by each offeror. The proposals are evaluated for technical acceptability. The technical proposal shall not include prices or pricing information. Offerors should submit proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable, and may discuss proposals with their offerors. Negotiations or discussions are held, if necessary. A notice of unacceptability will be forwarded to the offeror upon completion of the proposal evaluation and final determination of unacceptability. In the Step Two, the normal sealed bid process will be followed. Only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions in Step One, will be considered for award. Each bid in the second step must be based on the bidder's own technical proposal. Bidders shall comply with the specifications and the bidder's technical proposal Step 1 will be released on July 10, 2017 with proposals due no later than 12:00 PM EST on August 8, 2017. Step 1 of the solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Business Opportunities (FBO) System. To familiarize vendors with the system, please download the Vendor guide by logging into https://www.FBO.gov. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not be issued in paper. Step 2 of the solicitation will only be available to those offerors selected to advance to Step 2. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (237990 listed above) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-B-0016/listing.html)
- Record
- SN04572629-W 20170712/170710235027-cb1b40524b94b2347f2d95294fab7ef8 (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 |