Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

54 -- LYNNHAVEN RIVER BASIN ECOSYSTEM RESTORATION, PHASE 1 REEF HABITAT

Notice Date
5/14/2020 11:37:13 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123620B5010
 
Response Due
5/29/2020 11:00:00 AM
 
Archive Date
06/13/2020
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: 7572017131
 
E-Mail Address
Stormie.B.Wicks@USACE.Army.Mil, Eartha.D.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.D.Garrett@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Norfolk District, Corps of Engineers will be issuing a solicitation for a 100% Small Business Set-Aside, firm fixed price, Invitation for Bid (IFB) to complete Lynnhaven River Basin Ecosystem Restoration, Phase 1-Reef Habitat Restoration Project. Installation of the fabricated and cured reef structures from water will occur between the months of March � July during the two performance years on an oyster ground lease.� The City of Virginia Beach staging area near the Lynnhaven Boat Ramp adjacent to the Lesner Bridge can be used for an undetermined amount of concrete reef units and project equipment. The project will be solicited with Definitive Responsibility Criteria (DRC).� These criteria are specific and objective standards established by an agency as a precondition to award which are 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 with defined work criteria.� The two criteria are: 1) Fabrication of Concrete Structures, 2) Marine Construction Experience 3) Delivery of Construction Materials Liquidated Damages shall be assessed in the amount of $1,252.00 for each day of delay. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $1,000,000.00 and $5,000,000.00. NAICS Code 237990 applies. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14.� THIS IS A 100% SET ASIDE 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. CONSTRUCTION TIME��������� � � � � � � � � � � � � � � �� Performance shall begin within 15 calendar days and complete all work within 730 calendar days of receipt of Notice to Proceed (NTP). � DEFINITIVE RESPONSIBILITY CRITERIA The project will be solicited with Definitive Responsibility Criteria (DRC).� These criteria are specific and objective standards established by an agency as a precondition to award which are 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 with defined work criteria.� The two criteria are: 1) Fabrication of Concrete Structures, 2) Marine Construction Experience 3) Delivery of Construction Materials� �� Criteria 1: Fabrication of Concrete Structures:� Bidder shall provide three examples of completed contracts performed in the last five years fabricating concrete structures comparable to those specified at a production rate comparable to what will be required in this contract. Criteria 2: Marine Construction Experience:� Bidder shall provide three examples of completed contracts performed in the last five years involving construction or a placement in a marine setting comparable to what will be required in this contract. Criteria 3: Delivery of Construction Materials:� Bidder shall provide three examples of completed contracts performed in the last five years involving marine transport of concrete structures comparable to those specified at a rate comparable to what will be required in this contract. The prime contractor bidder will be permitted to demonstrate experience in relation to the definitive responsibility criteria (DRCs) through an intended key subcontractor provided that (1) the bidder clearly describes the role(s) that the intended subcontractor will perform if awarded this contract, (2) the scopes that the subcontractor performed on the sample projects are clearly described, and (3) the intended key subcontractor provides an unequivocal letter of commitment in conjunction with the sample projects.�� The Government anticipates that the prime contractor may subcontract portions of the work.� Accordingly, the Definitive Responsibility Criteria may be met through the experience of a subcontractor provided that an unequivocal commitment of the subcontractor is provided in writing conditioned only on the prime contractor being awarded the contract. 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 Government Point of Entry at http://www.BetaSAM.gov on/or about June 2020 The proposal due date shall be at least 30 days after the RFP is posted on the BetaSAM 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 BetaSAM. It is incumbent upon vendors to monitor BetaSAM 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 BetaSAM and will make a Bidder ineligible for award. Inquires may be directed to Stormie Wicks by email at Stormie.B.Wicks@usace.army.mil cc�d Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d159bd86c9ea4d8d9d26d1b54a71be06/view)
 
Place of Performance
Address: Virginia Beach, VA, USA
Country: USA
 
Record
SN05658081-F 20200516/200514230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.