Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2022 SAM #7336
SOURCES SOUGHT

Y -- Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC), to support maintenance dredging operations and associated activities spanning from Rocklanding Shoal to Richmond Harbor locks

Notice Date
12/30/2021 12:39:30 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
W9123622B5011
 
Response Due
1/14/2022 9:00:00 AM
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha D. 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 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 an Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC), to support maintenance dredging operations and associated activities spanning from Rocklanding Shoal to Richmond Harbor locks. Description of Work: The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing maintenance dredging by hydraulic cutter-head dredge, in various shoals between Rocklanding Shoal and Richmond Harbor Channel.� The James River Federal Navigation project is broken into three-segments that include Lower, Middle and Upper James River Shoals.� The Lower James River segment includes Rocklanding and Tribell Shoals.� The Middle James River segment includes Goose Hill, Dancing Point to Swann Point, Jordan Point-Harrison Bar Channel to Windmill Point, and City Point channel.� The Upper James River segment includes Richmond Deepwater Terminal (RDWT) to Hopewell, RDWT Channel & Berthing Area, Richmond Harbor to RDWT, and Richmond Harbor channels.� From Rocklanding Shoal to RDWT Channel and Berthing area, the Channel is maintained to a required depth of -25 feet Mean Lower Low Water (MLLW).� From RDWT Channel and Berthing to Richmond Harbor, the Project is maintained to a required depth of -18 feet MLLW.� No widening or other channel framework modifications are proposed at this time.��� ��For the entire James River Project, one foot of advance maintenance and one foot of allowable over-depth dredging will be considered as part of the contract dredging pay prism.� Advance maintenance dredging will be considered as part of the required pay prism.� The maximum dredging pay depth is � 27 feet MLLW.� The Lower and Middle James River shoals utilize overboard placement sites in the vicinity of the channels to place dredged material.� The Upper James River shoals utilize upland placement sites to place dredged material generated by the project.� The dredged material removed from the Upper James River shoals is expected to be placed be placed in one of the designated Upper James River upland placement sites that includes RDWT, Willis Road, Hatcher�s Island, Curles Neck, and Jones Neck.� Annual maintenance dredging activities are estimated to generate up to approximately 2 MCY of pay volume for the Federal and non-Federal navigation project work.� The Contractor shall be responsible for the following: dredging within the designated areas to the proposed required and allowable pay depths, maintaining an average daily plant production rate of 7,500 cubic yards per day, achieve pumping distances exceeding 10,000 linear feet for material placement, earthwork (spur and containment dike construction and management), discharging the material in the designated Government-furnished placement site.� In accordance with the most recent version of Engineering Manual 385-1-1, the proposed IDIQ SATOC will include the requirement to replace spillway structures at several designated Government furnished upland placement sites.� In addition, the upland placement sites identified in the statement of work will require earthwork, grubbing, seeding, grading, and other preparatory work to ensure effluent water leaving the designated upland placement site meets State water quality requirements.� Communicating with the Port of Virginia maritime users to minimize impacts to vessel traffic, adjacent utilities, and dredging operations will be required. 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. Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $30,000,000.00. � 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 Norfolk District is considering award of a 5-year SATOC IDIQ contract with 1 base year and 4 option years (if the Government chooses to exercise the Option Years), with the entire contract award amount not to exceed $50,000,000 over the life of the contract.� This office anticipates award of a contract for these services no later than June 2022.���������� DRAFT Definitive Responsibility Criteria: In accordance with FAR 9.104-2, this requirement is anticipated to use Definitive Responsibility Criteria (DRC) which are specific and objective standards established to inform the Contracting Officer.� 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 earthwork and managing the disposal facility during dredge material placement similar to the magnitude of this project. 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 regard to performing maintenance dredging of the James River Federal Navigation project located on and between Rocklanding Shoal and the Richmond Harbor locks located within Virginia�s James River Channel. 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 performance reference of relevant experience. Would you bid on this project as a sole contractor, prime contractor with sub-contractor(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 issue 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 Contracting Specialist, Stormie B. Wicks at Stormie.B.Wicks@usace.army.mil and Contracting Officer, Eartha Garrett at Eartha.Garrett@usace.army.mil. The responses to this Sources Sought must be submitted no later than 14 January 2022 via e-mail to Stormie Wicks at Stormie.B.Wicks@usace.army.mil cc�d Eartha Garrett at Eartha.Garrett@usace.army.mil.� The official synopsis citing the solicitation number will be issued on SAM.gov, http://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 http://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://sam.gov/opp/017facec0f1a4447b14626382c95836f/view)
 
Record
SN06207116-F 20220101/211230230108 (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.