Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2022 SAM #7513
SOLICITATION NOTICE

Y -- Chesapeake Bay Oyster Recovery Program, Piankatank River, Virginia Phase 2 Reef Habitat

Notice Date
6/24/2022 12:45:56 PM
 
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
W91236-22-B-5014
 
Response Due
7/11/2022 1:00:00 PM
 
Point of Contact
Tracey Strawbridge, Phone: 7572017145, Eartha Garrett, Phone: 7572017131
 
E-Mail Address
tracey.m.strawbridge@usace.army.mil, Eartha.D.Garrett@usace.army.mil
(tracey.m.strawbridge@usace.army.mil, Eartha.D.Garrett@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W9123621B5014: Chesapeake Bay, Piankatank River, Phase II, Oyster Reef Habitat Restoration Project, for the U.S. Army Corps of Engineers (USACE) Civil Works Program, Virginia. THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A SOLICITATION. DO NOT SUBMIT BIDS OR QUESTIONS IN RESPONSE TO THIS NOTICE.�� The IFB and accompanying documents will be issued electronically and will be uploaded to the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/�on or about 11th of July 2022. The solicitation is anticipated to be posted for 30 calendar days. THIS ACQUISITION IS A 100% TOTAL SMALL BUSINESS SET-ASIDE SOLICITATION The U.S. Army Corps of Engineers, Norfolk District, in Partnership with the Virginia Marine Resources Commission will be issuing a contract for the Chesapeake Bay, Piankatank River, Phase II, Oyster Reef Habitat Restoration Project. This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures. DESCRIPTION OF WORK The Project is located near the mouth of the Piankatank River in Middlesex and Mathews Counties. The Project consists of obtaining, transporting, and placing Class A-1 riprap via barge to the project site. All reef substrates will be placed by mechanical clamshell from a barge and recorded by Clamvision to ensure proper placement and height. The reef will span across approximately 53 acres of Public Baylor Grounds that are approximately 12 inches to 18 inches in height. Substrates will be placed in striations approximately 30 feet wide and spaced approximately 45 feet apart. The Base Bid consists of placement of reef structures on approximately 7.98 acres of the project site. Option 1 consist of placement of reef structures on additional 4.26 acres of the project site. Option 2 consists of the placement of reef structures on approximately 2.96 acres, and Option 3 includes the placement on approximately 3.36 acres. The period of performance for the contract is 9 months. Reef substrate will be installed per the plan drawings and specifications on the project site in water depths ranging from approximately 12 feet mean lower low water, MLLW, to 14 feet MLLW. CONSTRUCTION TIME The Norfolk District is considering awarding a stand-alone C contract that includes a period of performance of 9 months. The entire contract award amount, including options, is not to exceed $4,500,000.� This office anticipates award of a contract for these services on or around September 20, 2022. � BIDDER INSTRUCTIONS The requirement will be a 100% Total Small Business Set-aside Solicitation. In accordance with DFARS Part 36.204, the estimated Magnitude of Construction for this project is between $1,000,000.00 and $5,000,000.00. The applicable North American Industry Classification System (NAICS) Code is 237990 �Other Heavy and Civil Engineering Construction,� with a Small Business size standard of $39.5 million. Contractors will be required to submit bid bonds with submittals. Payment and performance bonds will be required within 10 calendar days from contract award. 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 offeror. This information is not required to be responsive to the Invitation for Bid. Current commitments and expected dates of completion. One (1) signed bank reference demonstrating adequate financial resources. If bidder�s firm has a line of credit � provide information on how many figures bidder can borrow against the line of credit (i.e. medium 6 figures � exact line of credit is not required). The bidder shall provide the latest three (3) complete fiscal year financial statements for the prime contractor, certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the bidder. The Government intends to award a stand-alone C contract to the responsible bidder whose bid conforms to the terms of the solicitation, is determined fair and reasonable, and offers the best overall value 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 Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/�on or about 11 July 2022. Notification of any changes to this pre-solicitation will only be made on this website. Therefore, it is the offerors 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 at https://piee.eb.mil/ 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 Ms. Tracey Strawbridge at tracey.m.strawbridge@usace.army.mil and copy Ms. Eartha Garrett at eartha.d.garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a2bb3e857e741b59fe4b8acb7ac11d2/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN06368575-F 20220626/220624230058 (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.