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
SOURCES SOUGHT

F -- Lynnhaven River Basin Ecosystem Restoration, Phase 1 � Wetland Habitat Restoration Project

Notice Date
5/14/2020 11:00:46 AM
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123620B5026
 
Response Due
5/28/2020 11:00:00 AM
 
Archive Date
06/12/2020
 
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)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS AVAILABLE AT THIS TIME.� EXHIBIT DRAWINGS ARE INCLUDED IN THIS NOTICE FOR REFERENCE ONLY. The U.S. Army Corps of Engineers-Norfolk District in Partnership with the City of Virginia Beach, Virginia invites Industry (General Contractors and/or Marine Contractors) for Market Research for the Lynnhaven River Basin Ecosystem Restoration, Phase 1 � Wetland Habitat Restoration Project. The Project is located adjacent to Thalia Creek, behind Princess Anne High School. Princess Anne High School Wetland Enhancement will improve 5.46 acres of habitat and plant diversity by enhancement of wetlands in the Lynnhaven River Basin, a tributary of the Chesapeake Bay. The U.S. Army Corps of Engineers Norfolk District is seeking qualified and experienced contractors capable of treating and removing Phragmites australis, completion of soil removal, backfilling and grading to improve the hydrology of the site and return to its historic elevations.� Wetland hydrology, natural topography, and native plant species composition will be reestablished. In addition, enhancements to the upland, riparian buffer will be done to ensure that the the area sloping from the tidal wetland to uplands is stable.� The wetland enhancement will also include plantings of native tidal wetland plant species. Construction access would occur from the Princess Anne High School where the southernmost, existing parking lot will be used as a construction road to the project site. From the existing parking lot a temporary, construction access road situated on uplands will be created to access the wetland site. Access to the site may also occur at amy time via barge from the Thalia Creek. Material being disposed off site would be transported from the upland construction access road. Material and plant staging can occur with the existing limits of the construction footprint Material transport and disposal off site may occur also from the Thalia Transfer Station. Plant staging prior to planting may be done within the project footprint areas. Transportation to and disposal of the Phragmites australis, must occur in a licensed disposal facility authorized to accept Phragmites australis such as SPSA in Suffolk, Virginia and Bethel Landfill in Hampton Virginia.� A copy of the landfill's VDEQ permit must be provided to the USACE prior to material leaving the construction site. Note: Heavy truck hauling at the Princess Anne High School site will be limited to Virginia Beach School Calendar breaks (summers, winter break and spring break) but other activities could be authorized at other times of the year. The period of performance for the contract is anticipated to be 2 years. 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 DRAFT criteria are: 1.Criteria No. 1:� Wetlands Construction.� Bidder shall provide specific atleast two completed� projects in construction, grading, and planting of a wetland for mitigation or restoration purposes of comparable size, scope, and consistent with the scope of work (SOW). 2. Criteria No. 2. Management of Invasive Vegetation.� Bidder shall provide 3 projects in the last five years in the management of invasive species that is of a comparable size, scope, and consistent with the scope of work (SOW). In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $5,000,000.00 and $10,000,000.00. NAICS Code 238910 (Site preparation Services). The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm�s type : General, Marine, etc. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years): Brief description of the project, (customer name, timeliness of performance, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOB. 5. Firm's Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 7. Firm�s Point of Contact, to include daytime phone number, e-mail address, role in company 8. NAICS Code- do you think NAICS 238910 (Site preparation Services) is the most appropriate NAICS? If there is another NAICS your firm feels is more applicable, please identify NAICS and outline why should be used. Please only include a narrative of the requested information.� Additional information will not be reviewed. This Sources Sought Synopsis should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issues a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request.� No solicitation is currently available.� Interested Firm's shall respond to this Sources Sought Synopsis no later than 28 May 2020. All interested firms must be registered in the government�s SAM website to be eligible for award of Government contracts. Anticipated solicitation issuance date is on or about July 2020.� The official synopsis citing the solicitation number will be issued on BetaSAM (www.BetaSAM.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Email your response to Stormie B. Wicks, Stormie.B.Wicks@usace.army.mil; cc�d Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0e21c49f7e9144b58c110b1d2397126c/view)
 
Place of Performance
Address: Virginia Beach, VA 23464, USA
Zip Code: 23464
Country: USA
 
Record
SN05658397-F 20200516/200514230200 (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.