SOURCES SOUGHT
Y -- Lynnhaven IIJA Dredging and Debris Removal
- Notice Date
- 1/18/2023 5:31:33 AM
- 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
- W9123623B5009
- Response Due
- 2/1/2023 7:00:00 AM
- Point of Contact
- Kate Vance, Phone: 7572017124, STORMIE WICKS, Phone: 7572017215
- E-Mail Address
-
katelyn.vance@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL
(katelyn.vance@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 Lynnhaven Inlet Federal Navigation Project in Virginia Beach, Virginia. Description of Work: The Norfolk District, U.S. Army Corps of Engineers is seeking qualified, experienced firms capable of performing dredging and placement of approximately 185,000 cubic yards of maintenance material from the Lynnhaven Inlet Federal Navigation Project, including the Lynnhaven Entrance Channel, Turning Basin, Side Channel, Channel to Broad Bay, and Narrows Channel located in Virginia Beach, Virginia.� Approximately 175,000 cubic yards of sandy material will be dredged and hydraulically placed on the nearby Cape Henry Beach shoreline.� Approximately 5,000 cubic yards of fine sand material will be dredged and hydraulically placed in the Maple St. Upland Placement Site, following the necessary site rehabilitation.� Approximately 5,000 cubic yards of sandy material will be dredged and hydraulically placed on 64th St. Beach, adjacent the Narrows Channel.� A Hydraulic Cutter-head Dredge may be used to accomplish this work.� Maximum dredging contract pay depths will be to -12 feet.� Placement of dredged material on the nearby shorelines and upland placement into the Maple Street site will require sufficient horsepower to pump the dredged material through the long pipeline length of approximately 2 miles. In accordance with FARs 36.204, the estimated construction price range for this project is between $1,000,000 and $5,000,000. 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: Work will commence within 21 calendar days of receipt of Notice-to-Proceed (NTP); �construction period of performance will be approximately 180 calendar days from issuance of the NTP. 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: 1) the ability to perform dredging similar to the above scope, including upland site rehabilitation and beach nourishment, 2) ability to dredge to depths of -12 feet mean lower low water in an open bay environment, and 3) ability to pump material in excess of 10,000 feet with appropriate booster pump use.� � 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 regard to the Lynnhaven Inlet Federal Navigation Project located in Virginia Beach, 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 Katelyn.Vance@usace.army.mil and Stormie.B.Wicks@usace.army.mil. The responses to this Sources Sought must be submitted no later than 1�February 2023 via email to Katelyn Vance at Katelyn.Vance@usace.army.mil and cc�d to Stormie B. Wicks at Stormie.B.Wicks@yusace.army.mil . The official synopsis citing the solicitation number will be issued on SAM.gov at 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://sam.gov/opp/72ee683fdfaa4ca7b9a8627ca808172a/view)
- Place of Performance
- Address: Virginia Beach, VA, USA
- Country: USA
- Country: USA
- Record
- SN06567306-F 20230120/230118230111 (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 |