SOLICITATION NOTICE
F -- Lynnhaven River Basin Ecosystem Restoration, Phase 1 � Wetland Habitat Restoration Project
- Notice Date
- 7/28/2020 9:49:15 AM
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123620B5026
- Response Due
- 8/11/2020 9:00:00 AM
- Archive Date
- 08/26/2020
- 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
- The Norfolk District, Corps of Engineers will be issuing a solicitation for an UNRESTRICTED, firm fixed price, Invitation for Bid (IFB) to complete Lynnhaven River Basin Ecosystem Restoration, Phase 1 � Wetland Habitat Restoration Project. PROJECT DESCRIPTION: 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 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 any 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. 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. Criteria 1: Wetlands Construction. Bidder shall provide at least two (2) specific 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). Criteria 2: Management of Invasive Vegetation. Bidder shall provide at least one (1) project in the last five (5) years in the management of invasive species that is of a comparable size, scope, and consistent with the Scope of Work (SOW). Subcontractor experience can be submitted to fulfill this DRC. Liquidated Damages shall be assessed in the amount of $1,252.00 for each day of delay. The Magnitude of Construction is between $5,000,000.00 AND $10,000,000.00. The NAICS code applicable to this requirement is 238910 (Site Preparation Services), with a small business size standard of $16.5 million. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14. THIS IS AN UNRESTRICTED 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 24 months of receipt of Notice to Proceed (NTP). 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 Federal Business Opportunities website at https://BetaSAM.gov. 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.BetaSAM.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database. 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 will make a Bidder ineligible for award. Note: Online Representations and Certifications Applications apply to this Solicitation. Inquiries may be directed to ProjNet in accordance with the forthcoming Solicitation document; TELEPHONE INQUIRIES WILL NOT BE HONORED. 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/9ee4670c8d234697933043d1b0934d88/view)
- Place of Performance
- Address: Virginia Beach, VA 23464, USA
- Zip Code: 23464
- Country: USA
- Zip Code: 23464
- Record
- SN05735842-F 20200730/200728230138 (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 |