Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

Z -- MAINTENANCE DREDGING, NORFOLK HARBOR, HAMPTON ROADS, VIRGINIA

Notice Date
7/20/2017
 
Notice Type
Presolicitation
 
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-B-0008
 
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
N/A
 
Description
THIS AN UNRESTRICTED PROCUREMENT. The U.S. Army Corps of Engineers, Norfolk District (NAO) is contemplating a Firm Fixed Priced, construction contract for Norfolk Harbor Channel Dredging located in the Elizabeth River, Hampton Roads, VA DESCRIPTION OF WORK This procurement (Sealed Bid) is for Maintenance and minor New-Work Dredging, Norfolk Harbor and Craney Island Reach, and Portsmouth Marine Terminals Access Channels and Berthing Areas, Hampton Roads, Virginia. The work in Norfolk Harbor and Craney Island Reach consists of maintenance dredging to a required depth of 52 feet MLLW with one foot of allowable over depth. The dredging involves approximately 679,300 cubic yards of material, including allowable over depth dredging and estimated accretion to September 2017. The work in Portsmouth Marine Terminal Access Channel and Berthing Area consists of maintenance and new-work dredging to a required depth of 44 feet MLLW with one foot of allowable over depth. The dredging involves approximately 116,400 cubic yards of material, including allowable over depth dredging and estimated accretion to September 2017. The work shall be performed by a hydraulic dredge and pipeline with all dredged material transported and placed in the designated Government-furnished placement area at Craney Island. The contract duration is 105 calendar days from the notice to proceed. CONSTRUCTION TIME For the base contract bid items, begin performance within 15 calendar days and complete all work within 105 calendar days of receipt of Notice to Proceed (NTP). If optional items are awarded, the period of performance will include an additional 14 days for each optional item. DREDGING AND DREDGE RELATED MARINE WORK The Contractor shall comply with the provisions of EM 385-1-1. If the Contractor is a currently accepted participant in the Dredging Contractors of America (DCA)/United States Army Corps of Engineers (USACE) Dredging Safety Management Program (DSMP), as determined by the DCA/USACE Joint Committee, and holds a current valid Certificate of Compliance for both the Contractor Program and the Dredge(s) to be used to perform the work under this contract, the Contractor may, in lieu of the submission of an Accident Prevention Plan (APP) 1. Make available for review, upon request, the Contractor's current Safety Management System (SMS) documentation 2. Submit to the Contracting Officer the current valid Company Certificate of Compliance for its SMS, 3. Submit the current dredge(s) Certificate of Compliance based on third party audit, and submit for review and acceptance, site-specific addenda to the SMS as specified in the solicitation. THIS IS AN UNTRESTRICTED PROCUREMENT. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and 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. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1. The magnitude of construction is between $5,000,000.00 AND $10,000,000.00. The NAICS code applicable to this requirement is 237990, with a small business size standard of $27.5 million. 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 8 August 2017 The proposal 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. Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOps. It is incumbent upon vendors to monitor FEDBIZOPPS 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 http://www.sam.gov. Lack of registration in the SAM database will prevent access to FedBizOps and will make a Bidder ineligible for award. NOTE: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, vendors have the ability to enter and maintain representations and certification information, via the Internet at http://orca.bpn.gov ; therefore, vendors no longer have to submit representations and certifications with bid. Instead, this solicitation contains a single provision that will allow vendor to either certify that all representations and certifications in ORCA are current, complete, and accurate as of the date of signature, or list any changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-17-B-0008/listing.html)
 
Place of Performance
Address: HAMPTON ROADS, Virginia, United States
 
Record
SN04587887-W 20170722/170720234822-bc0aba130a53b0563648fc6df826ba42 (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  © 1994-2020, Loren Data Corp.