Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2021 SAM #7231
SOURCES SOUGHT

Y -- Channel to Newport News (CNN) and Norfolk Harbor Inner Channels (NHIC) Deepening project located in Hampton Roads, Virginia

Notice Date
9/16/2021 3:06:40 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123622B5000
 
Response Due
9/30/2021 9:00:00 AM
 
Archive Date
10/15/2021
 
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, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Norfolk District, U.S. Army Corps of Engineers, is anticipating a future procurement for a Firm, Fixed Price Construction contract, for Channel to Newport News (CNN) and Norfolk Harbor Inner Channels (NHIC) Deepening project located in Hampton Roads, Virginia. Description of Work: The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing maintenance and deepening (new work) dredging by hydraulic cutter-head dredge and potential clean-up operations with a mechanical dredge, in Channel to Newport News and the inner channels of the Norfolk Harbor.� The Norfolk Harbor elements will include Channel to Newport News and Norfolk Harbor Channel (Portions of Norfolk Harbor Entrance Reach, Sewells Point to Lamberts Bend).� These segments are being deepened to a required depth of -55 feet MLLW.� No widening or other channel framework modifications are proposed at this time.� One foot of advance maintenance and one foot of allowable overdepth dredging will be considered as part of the contract dredging pay prism. Dredged material generated by the project is expected to be placed at Craney Island Dredged Material Management Area (CIDMMA). Dredging is estimated to generate approximately 2.7 MCY of pay volume for Channel to Newport News and 7.3 MCY of pay volume for the Inner Channels work. The Contractor shall be responsible for the following: dredging within the designated areas to the proposed required and allowable pay depths, earthwork (spur and containment dike construction and management), discharging the material in the designated Government-furnished placement site, properly operating and maintaining the spillways within the CIDMMA, ensuring effluent water leaving the CIDMMA meets State water quality requirements, and communicating with the Port of Hampton Roads maritime users to minimize impacts to vessel traffic, adjacent utilities, and dredging operations. In accordance with DFARs 236, the estimated construction price range for this project is between $25,000,000.00 and $100,000,000.00. NAICS Code 237990 applies. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Construction Time: The contract will be structured with two (2) construction schedules.� CNN work will be schedule 1 and NHIC work will be in schedule 2.� Each schedule of work will include a �stand-alone� mobilization and demobilization.� CNN work will commence first with performance beginning within 21 calendar days of receipt of Notice-to-Proceed (NTP). The construction period of performance will be approximately 270 calendar days from issuance of the NTP.� NTP for NHIC work will be issued once available capacity at the CIDMMA is verified for NHIC dredged material volumes.� For NHIC work, performance will begin within 21 calendar days of receipt of Notice-to-Proceed (NTP). The construction period of performance for NHIC will be approximately 540 calendar days from issuance of the NTP.� The official synopsis citing the solicitation number will be issued on SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. *There are possible restrictions for use of certain areas within the placement site, CIDMMA between May and mid-August due to migrating bird species, so the contractor is expected to plan their work accordingly. Definitive Responsibility Criteria: This requirement will use Definitive Responsibility Criteria (DRC) which are specific and objective standards established to inform the Contracting Officer.� �In accordance with FAR 9.104-2.� These criteria will be used to assess whether the apparent low bidder can demonstrate the expertise and specialized facilities needed for adequate contract performance.� The inability of a contractor otherwise eligible for award to demonstrate minimally acceptable experience as measured by the DRC may result in the Contracting Officer determining the contractor is not responsible. The Definitive Responsibility Criteria will be developed to assess the following work items: Experience in hydraulic pipeline dredging. Experience in performing jobs similar in nature, complexity and magnitude to this project. Experience in managing the disposal facility during dredge material placement similar to the magnitude of this project. Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $30,000,000.00. SURVEY OF THE DREDGING INDUSTRY: The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regards to the Norfolk Harbor Inner Channels Deepening project located in Hampton Roads, Virginia. Please provide company�s name, address, point of contact, phone number, and e-mail address. Would you be interested in bidding on the solicitation when it is issued? If the answer is No, please explain why not? Have you worked on dredging jobs similar in nature, complexity and magnitude to this project within the past 5 years? Have you managed the dredge material placement sites with the inflows similar in magnitude to this project in the past 5 years? If so, please describe the project(s) and for whom the work was performed. Indicate the dollar value of the project(s). Identify a point of contact (s) and phone number, as a reference of relevant experience. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? What is the largest dredging contract, in dollars, on which you were the prime contractor? What is your bonding capacity per contract? What is your total bonding capacity? Are you familiar with the safety and health requirements of EM 385-1-1? This Sources Sought 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. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electronically to email Stormie.B.Wicks@usace.army.mil and Eartha.Garrett@usace.army.mil. The responses to this Sources Sought must be submitted no later than 30 September 2021 via email to Stormie Wicks at Stormie.B.Wicks@usace.army.mil cc�d Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil The official synopsis citing the solicitation number will be issued on SAM.gov, https://sam.gov/content/home All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1b288ea3d62a47b2945418cc7e895560/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN06136139-F 20210918/210916230125 (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.