Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

Y -- Norfolk District, Army Corps of Engineers, Rudee Inlet Maintenance Dredging in Virginia Beach, VA

Notice Date
4/7/2021 11:20:00 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
W9123621B5024
 
Response Due
5/6/2021 12:00:00 PM
 
Archive Date
05/21/2021
 
Point of Contact
Raven D. Sasser, Phone: 7572017136, Stormie S. B. Wicks, Phone: 7572017215
 
E-Mail Address
raven.d.sasser@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil
(raven.d.sasser@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil)
 
Description
W9123621B5024: RUDEE INLET MAINTENANCE DREDGING IN VIRGINIA BEACH, VIRGINIA. THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A SOLICITATION. DO NOT SUBMIT BIDS OR QUESTIONS IN RESPONSE TO THIS NOTICE. �� The U.S. Army Corps of Engineers, Norfolk District intends to issue an Invitation for Bids (IFB) for the acquisition of Maintenance Dredging for the Rudee Inlet in Virginia Beach, Virginia. This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures. DESCRIPTION OF WORK The Rudee Inlet Maintenance Dredging Project will consist dredging up to approximately 189,000 cubic yards of sandy maintenance material from the Rudee Entrance Channel, Sand Trap, Entrance Channel Transition Area, North Jetty Area, South Jetty Area, and Outer Deposition Basin located in Virginia Beach, Virginia. Approximately 75,000 cubic yards of sandy material will be dredged from the Entrance Channel and Sand Trap with placement on Resort Beach to the north of the Inlet. Approximately 15,000 cubic yards of sandy material will be dredged from the Entrance Channel Transition Area and North and South Jetty Protection Areas with placement on Resort Beach to the north of the Inlet. Approximately 97,000 cubic yards of sandy dredged material will be dredged from the Outer Deposition Basin. 50,000 cubic yards of that will be placed South of the Inlet at Croatan Beach and the remaining 49,000 cubic yards will be placed to the north on Resort Beach. A Hydraulic Cutter-head Dredge will be used to accomplish this work. Maximum pay depth (required + allowable), including optional work, will be to -14 feet Mean Lower Low Water (MLLW) in the Entrance Channel, -20 feet MLLW in the Sand Trap, -16 feet MLLW in the Entrance Channel Transition Area, -14 feet MLLW for the North and South Jetty Protection Areas, and -22 feet MLLW for the Outer Deposition Basin. Dredging will take place in the Atlantic Ocean and it is expected that dredging conditions will be in an ocean environment. The contractor is expected to work in the vicinity of large groups of bystanders and tourists during placement operations and work at a project with high recreational traffic through the Entrance Channel. The contractor will not be allowed to use Lake Wesley as a staging and safe harbor area for plant and equipment but may use the Croatan Point Dock facilities or the Safety Area of the Federal Project. The contractor is expected to have the ability to pump sandy dredged material up to 1.25 miles. CONSTRUCTION TIME Begin performance within 15 calendar days and complete all work within 180 calendar days of issuance of Notice-to-Proceed (NTP). There are no dredging restrictions for this project, so the contractor is expected to plan their work accordingly. BIDDER INSTRUCTIONS This requirement will be a Full and Open Competition solicitation. The applicable NAICS code is 237990 � Dredging and Surface Cleanup Activities, with a Small Business Size Standard of $30 Million. The Magnitude of Construction is between $1 Million and $5 Million. Contractors will be required to submit bid bonds with submittals. In accordance with FAR Part 9.104 and 9.106, contractor responsibility will be determined prior to award by the Contracting Officer through the performance of a Pre-Award Survey or utilizing information from a previous pre-award survey and/or any performance data available. The apparent low bidder may be required to show that he has the necessary capital, experience, and owns or can procure the necessary plant or other resources to commence the work at the time prescribed in the specifications and thereafter to prosecute and complete the work safely and satisfactorily within the time specified. The below Pre-Award Survey Information will be requested of the apparent low bidder. This information is not required to be responsive to the Invitation for Bid. The Government intends to award a Firm-Fixed Priced contract to the responsible bidder whose bid conforms to the terms of the IFB notice, is determined fair and reasonable to the Government as determined through the IFB, Sealed Bid process.� This notice does not constitute an invitation for bid. The IFB and accompanying documents will be issued electronically and will be uploaded to the Beta.SAM.gov website (https://www.beta.sam.gov) on or about May 2021. Notification of any changes to this pre-solicitation will only be made on this website. Therefore, it is the bidders� responsibility to check the website regularly for any posted changes to the pre-solicitation notice. Telephone calls or written requests for the IFB package will NOT be accepted.� Prospective bidders are responsible for monitoring beta.sam.gov to respond to the solicitation and any amendments or other information regarding this acquisition.� IT IS THE SOLE RESPONSIBILITY OF THE BIDDER TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES.� No hard copies will be available. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to beta.SAM.gov. It is incumbent upon vendors to monitor beta.SAM.gov 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 https://www.sam.gov. Lack of registration in the SAM database will prevent access to beta.SAM.gov and will make a bidder ineligible for award.� Representations and Certifications Applications apply to this solicitation and may be completed online via the SAM.gov website. Inquiries may be directed to Mrs. Raven D. Sasser at Raven.D.Sasser@usace.army.mil and copy Mrs. Stormie B. Wicks at Stormie.B.Wicks@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/90ddd8115e294fb9930d479a9abdd7b9/view)
 
Place of Performance
Address: Virginia Beach, VA 23451, USA
Zip Code: 23451
Country: USA
 
Record
SN05964899-F 20210409/210407230113 (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  © 1994-2020, Loren Data Corp.