Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

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

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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
 
Archive Date
9/22/2017
 
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
SOLICITATION PACKAGE 1. PROJECT DESCRIPTION This procurement (Sealed Bid) is for Maintenance 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 overdepth. The dredging involves approximately 679,300 cubic yards of material, including allowable overdepth dredging and estimated accretion to September2017. 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 overdepth. The dredging involves approximately 116,400 cubic yards of material, including allowable overdepth 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 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. The full text of EM 385-1-1 can be accessed at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf 2. BIDDER QUESTIONS AND COMMENTS All questions and/or comments should reach the above referenced Contracting Office via ProjNet no later than 22 August 2017, in order that they may be given consideration or actions taken prior to receipt of offers. Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is : W91236-17-B-0008 The Bidder Inquiry Key is: P3JEW2-VB4GQF The Bidder Inquiry System will be unavailable for new inquires 14 days prior to bid opening in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. 3. BID EVALUATION AND AWARD The Government will evaluate bids in response to this solicitation based upon the Total Evaluated Price without discussions and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government considering only price and the price-related factors specified elsewhere in the solicitation. The Government may reject any or all bids and/or waive informalities or minor irregularities in bids received. The Government will evaluate offers for award purposes by adding the total price for all optional items to the total price for the basic requirement. 4. AWARD TO RESPONSIBLE OFFEROR To be determined responsible, a bidder must - a) Have adequate financial resources to perform the contract, or the ability to obtain them; b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; c) Have a satisfactory performance record. A prospective contractor shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history; d) Have a satisfactory record of integrity and business ethics; e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors); f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations In accordance with FAR Part 9.1, 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 information will be requested of the apparent low offeror. This information is not required to be responsive to the invitation for bid. a) Banking Information to include Branch/Location, Point of Contact and Telephone Number. Please insure the Bank is prepared to provide necessary information regarding average balances in your operating accounts, lines of credit and credit history. b) Current commitments and expected dates of completion 5. EVIDENCE OF AUTHORITY TO SIGN OFFERS Evidence of the authority of individuals signing offers to submit firm offers on behalf of the offeror is required except where the offer is signed, and shows that it is so signed, by: the President, Vice-President, or Secretary of an incorporated offeror; a partner in the case of a partnership; or the owner in the case of a sole proprietorship. Failure to submit with the offer satisfactory evidence of the authority of all other persons may be cause for rejection of the offer as invalid or nonresponsive. 6. PREAWARD SAFETY CONFERENCE a. Where an apparent low bidder, in performance of contracts during the previous three-year period, incurred one or more accidents, or where, in the opinion of the Contracting Officer, there is any question regarding this compliance with any safety or accident prevention requirement, such bidder, on request of the Contracting Officer prior to any award under this solicitation, shall attend a conference with representatives of the Contracting Officer to discuss any such accidents or non-compliance, the reason for their occurrence, and measures which will be taken to preclude any recurrence thereof. b. Information elicited at this conference will be used by the Contracting Officer, in conjunction with other information obtained in a preaward survey, in determining the bidder's responsibility. c. The items discussed, the preventive measures considered, and any conclusions reached in this conference shall be recorded in minutes of the meeting, which shall be authenticated by the signatures of representatives of the bidder and the Contracting Officer, and any procedures noted therein as agreed upon shall become an obligation of the bidder, along with all other safety and accident prevention requirements of the contract, if award is made to him. 7. SUBCONTRACTING PLAN (CONSTRUCTION) If the offeror is a large business and the offer amount exceeds $1,000,000.00, he shall submit a subcontracting plan within three (3) working days of being notified (either verbally or in writing) that he is the apparent low bidder or is otherwise in line for award. The subcontracting plan shall be reviewed and approved by the Contracting Officer prior to award. 8. INCURRING COSTS The Government is not liable for any costs incurred by the offeror submitting an offer in response to this solicitation. 9. AGENTS Offers signed by an Agent must be made in the name of the Principal and must be accompanied by evidence of said Agent's authority to act on behalf of its Principal. 10. UNBALANCED BIDS Any offer which is materially unbalanced as to prices for the Base Items and the Optional Items may be rejected as non-responsive or otherwise not considered for award. An unbalanced offer is one which is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. 11. UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The contractor shall not accept instructions issued by any person, employed by the U.S. Government or otherwise, other than the Contracting Officer or the Authorized Representative of the Contracting Officer acting within the limits of his/her authority as defined in the Designation of Authority letter. A copy of the Designation of Authority letter will be furnished to the contractor at time of contract award
 
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
SN04617958-W 20170810/170808232516-d431ec93d75e3f03783872406f47f91f (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.