SOLICITATION NOTICE
Y -- Langley/ Back River Maintenance Dredging - Draft Drawings and Specifications
- Notice Date
- 7/31/2018
- 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
- W91236-18-B-0028
- Point of Contact
- Oneil Sharpe, Phone: 7572017000, Danita Young,
- E-Mail Address
-
Oneil.G.Sharpe@usace.army.mil, danita.a.young@usace.army.mil
(Oneil.G.Sharpe@usace.army.mil, danita.a.young@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Langley Back River Maintenance Dredging Specifications 1. 1. Summary: The U.S. Army Corps of Engineers-Norfolk District intends to issue a solicitation for a full and open, unrestricted competitive, firm-fixed-price, Invitation for Bid (IFB) with Definitive Responsibility Criteria (DRC). This action will utilize FAR Part 14, Sealed Bidding Procedures. 2. 2. Description of Service: The U.S. Army Corps of Engineers-Norfolk District is seeking a qualified and experienced firm capable of performing maintenance and new dredging of the Back River Channel and the Langley Fuel Pier turning basin in Hampton, Virginia. All dredged material must be delivered to the Norfolk Ocean Disposal Site (NODS) in the Atlantic Ocean no later than 26 August 2019. The contractor shall be required to perform the following activities: a. Accomplish a before placement and after placement survey of the NODS. b. Finalize Federal Aviation Administration (FAA) Clearance Permit as the Channel and Fuel Pier turning basin are within the restricted flight path associated with the Langley Air Force Base Airport. c. Perform approximately 120,200 cubic yards of maintenance dredging and 30,400 cubic yards of new dredging volume. d. Work shall be performed by a mechanical dredge with delivery by either ocean going barge or scow to the specified NODS. The movement of the barges in the Bay is considered as travel in an ocean environment. The contract bid (CLIN) schedule may include the following : a. Mobilization/Demobilization. b. Maintenance dredging of the channel and Fuel Pier Basin of the Langley/Back River Navigation Project to a depth of -12 feet MLLW with 2-foot of allowable over depth. c. New dredging to extend the south side of the Fuel Pier Basin to a depth of -12 feet MLLW with 2-foot of allowable over depth. d. Delivering the dredged material to the Norfolk Ocean Disposal Site (NODS) complete, including all associated work as provided in the specifications and drawings. 3. Definitive Responsibility Criteria: This requirement will utilize Definitive Responsibility Criteria in addition to examining the responsibility criteria detailed in FAR 9.104-1, Contractor Qualifications, General Standards. The Contracting Officer will also examine the apparent low bidder’s submitted narrative information to determine if all the Definitive Responsibility Criteria have been met. Definitive Responsibility Criteria are specific and objective standards established by an agency as a pre-condition 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 their past experience in all defined work criteria. The following Definitive Responsibility Criteria will be included in the solicitation: Criteria #1: Experience in shallow draft dredging with delivery by barge or scow to a water disposal site. Project experience should be comparable and consistent with the scope of work described in this solicitation’s drawings and specifications and specifically as contained in Division 35 – Waterway and Marine Construction. Criteria #2: Experience in the use of barges or scows in the delivery and disposal of dredge material in an ocean environment. Project experience should be comparable and consistent with the scope of work described in this solicitation’s drawings and specifications and specifically as contained in Division 35 – Waterway and Marine Construction. The Government will examine the documents submitted by the apparent low bidder to determine whether the low bidder meets the requirements of the Definitive Responsibility Criteria. In order to be found responsive and responsible, the apparent low bidder must provide documentation in the form of a written narrative, not to exceed three (3) pages for each definitive responsibility criteria listed above. The documentation must demonstrate successful completion of one (1) year total project experience within the past five (5) years of the date of this solicitation for each of the definitive responsibility criteria listed. The bidder shall provide the contract number for each project provided, period of performance of the contract, and a short description of the work performed under the contract. Bidders can use one or more projects per defined work criteria, to demonstrate past experience. If a subcontractor was used to complete a work component associated with the definitive responsibility criteria, bidders shall provide that subcontractor’s past project experience associated with the listed defined work criteria and the applicable contract number. Should the apparent low bidder fail to submit sufficient documentation to support a definitive responsibility determination or does not meet all of the listed definitive responsibility criteria, the Contracting Officer is authorized to make a negative responsibility determination, and the apparent low bidder may be determined ineligible for the award of the resultant contract. 1. 4. Solicitation Schedule: a. Anticipated Posting of Solicitation: 15 August 2018 b. Anticipated Bid Due Date: 14 September 2018 c. Bid Acceptance Period: 60 calendar days. 1. 5. Administrative Data: a. a. NAICS 237990 applies to this procurement. b. b. Prospective Bidders must be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOps. Bidders must also be registered in SAM to be eligible for contract award. c. c. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. d. d. Period of Performance to complete all work within 315 calendar days after receipt of Notice to Proceed (NTP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0028/listing.html)
- Place of Performance
- Address: Langley Air Force Base, Hampton, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN05013510-W 20180802/180731230959-a7b8ba4e35738ec9fcc55e5c18277923 (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 |