Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOURCES SOUGHT

Z -- Craney Island - Spillbox #4

Notice Date
1/11/2018
 
Notice Type
Sources Sought
 
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
W9123618B0007
 
Archive Date
1/29/2018
 
Point of Contact
Danita Young, Phone: 7572017136
 
E-Mail Address
danita.a.young@usace.army.mil
(danita.a.young@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSALS. THE SOLICITATION, SPECIFICATIONS, AND DRAWINGS ARE NOT AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify qualified and experienced small and large businesses interested in and capable of performing the work described herein. Information received in response to this notice will be considered solely for the purpose of determining acquisition strategy. The Government will not reimburse firms for costs associated with the preparation and submission of materials received in response to this notice. This Sources Sought Notice is issued under North American Industry Classification System (NAICS) Code 237990 - Other Heavy and Civil Engineering Construction. The U.S. Army Corps of Engineers, Norfolk District is seeking qualified and experienced firms capable of performing site improvements at the Craney Island Dredged Material Management Area (CIDMMA), Norfolk, Virginia. Site improvements include: 1) the partial demolition of a 100' wide x 30' tall x 30' thick steel and concrete Spillbox #4 that is embedded in the side of a compacted soil dike to provide drainage for a dredging sediment pond; and 2) the construction of a 60' wide x 60' deep x 32' tall free-standing Spillbox #4 which is 500' feet from the top of the dike in the dredging sediment pond along with drainage pipelines through the dike and out to Norfolk Bay. Partial demolition of Spillbox #4 includes the removal and backfill of four 36" CMT pipelines that run from the Spillbox that are buried through the earth dike and out to the Bay; removal of some of the steel scaffolding and sealing of the pipe openings; and backfilling the pond side of the Spillbox to block drainage. Construction of the new free-standing Spillbox includes: installation of four 36" HDPE drainage pipes from the Spillbox through the dike and out to the Bay including excavation and backfill; construction of permanent and temporary access roads out to the new construction site and a foundation pad using site materials; and installation of a free-standing steel frame Spillbox with a concrete foundation. Construction of the new free-standing Spillbox in the sediment pond will be in marsh-like conditions. Construction techniques and equipment must accommodate soft and wet subsurface and fill soil conditions which are highly susceptible to rapid and long-term settlements under instantaneous and sustained loading conditions. All fill material for dike renovations and new road and foundations pad work will be government supplied from on-site borrow sources. Rock and specialty backfill will be purchased off-site. Dike renovations for the existing and new pipelines will require clearing and grubbing of the areas before excavation work can begin; and hydroseeding after the work is completed. The demolition of the existing spillbox and the construction of the new spillbox will be worked concurrently as the existing spillbox is no longer functional. Services to perform this work will be procured through a Firm-Fixed-Price Contract and may include three lump sum bid contract line items: 1. Mobilization and demobilization; 2. Partial demolition of the existing Spillbox #4; and 3. Construction of free-standing Spillbox #4; and 4. Six unit-cost bid items that include the HDPE piping, four types of rock, and structural backfill. The estimated dollar value of this contract action is $4M. The estimated construction period of performance is seven (7) months. A site visit will be scheduled for this project. This project will follow Sealed Bidding procedures and will include Definitive Responsibility Criteria (DRC). DRC are specific and objective standards established by an agency as a precondition to award 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 in three (3) defined work criteria: 1) earthwork in difficult conditions; 2) steel framework; and 3) welding and installation of large HDPE pipelines. Interested firms shall submit a capability statement limited to 5 pages and shall include the listed information. Please note, additional information will not be reviewed. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Identification of the company's large or small business status. Small businesses should report all socioeconomic categories in which your company belongs: 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned, and small businesses less than 500 employees. 3. Government CAGE Code and DUNS number, if applicable. 4. Firm's level of interest in bidding on this solicitation when it is issued. 5. The level of performance and payment bonding capacity your company could attain for the proposed project. 6. Description of Past Experience - Provide descriptions of your firm's past experience on projects similar in scope as outlined in the above work criteria using projects completed within the last five years which are similar to this project in size, scope, and dollar value. 7. Description of Management Team - Provide description of your firm's construction/project management experience within the last five years for multi-million dollar projects of similar size and scope involving management of multiple subcontractors. 8. A statement of the portion of this contract's work that will be self-performed and how it will be accomplished. The anticipated bid announcement date will be on or about 21 April 2018. The anticipated sealed bid due date will be on or about 25251971 May 2018. Capability statements shall be submitted via email to the Contract Specialist, Danita Young on or before, Friday, 26 January 2018 at 1:00pm EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123618B0007/listing.html)
 
Place of Performance
Address: Norfolk, Virginia, United States
 
Record
SN04787681-W 20180113/180111231132-76bc2272a7327e24418ff79f19cb33d3 (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.