Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOURCES SOUGHT

Y -- Mid Chesapeake Bay Island Ecosystem Restoration Phase 2 Stone Structures and Features Sources Sought Notice

Notice Date
9/21/2023 1:36:41 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR23H0Y3D
 
Response Due
10/12/2023 9:00:00 AM
 
Archive Date
10/27/2023
 
Point of Contact
Aisha Boykin, Phone: 4109624978, Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
aisha.r.boykin@usace.amy.mil, tamara.c.bonomolo@usace.army.mil
(aisha.r.boykin@usace.amy.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
TITLE: �MID-CHESAPEAKE BAY ISLAND ECOSYSTEM RESTORATION PROJECT, BARREN ISLAND RESTORATION, PHASE 2 STONE STRUCTURES & FEATURES W912DR23H0Y3D THIS IS A SOURCES SOUGHT NOTICE ONLY. �THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. �THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified Small and Large Business Construction Contractors interested in performing work on the potential construction of Mid-Chesapeake Bay Island Ecosystem Restoration Project, Barren Island Restoration.� By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. �Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. �Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. �It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. PROJECT DESCRIPTION: The USACE Baltimore District intends to solicit for and award a Design-Bid-Build Construction Contract for the Restoration of Barren Island. �Barren Island is an ecosystem restoration project (part of the Mid-Chesapeake Bay Island Ecosystem Restoration project, commonly referred to as Mid-Bay) located in the middle Chesapeake Bay in Dorchester County, Maryland, approximately 72 miles south-southeast of the Port of Baltimore and two miles west of Hoopers Island. �The proposed project will be a competitive, firm-fixed-price contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB). This contract will include the construction of multiple features at Barren Island that facilitate the restoration efforts:� (1) Construction of two bird islands adjacent to the existing island and connected to the breakwater; (2) removal of unsuitable foundation materials adjacent to the northeast corner of the existing island; (3) placement of suitable materials in the excavation of the unsuitable materials in the northeast corner of the existing island from a nearby borrow area; (4) construction of stone sill structures on top of the placed suitable materials adjacent to the northeast corner of the existing island; (5) modification of the existing sill to incorporate materials to limit material egress from the site; (6) installation of geotextile structures filled with suitable materials from a nearby borrow area; (7) design and installation of spillway structures; and (8) excavation of material from the Honga & Tar Bay federal navigation channel and placement within a contained area adjacent to Barren Island. (1)������ Two Bird Islands: this feature will include the installation of geotextile and stone materials to create a perimeter and then infilling with suitable materials excavated from a nearby borrow area.� Additionally, it is anticipated that articulated concrete blocks will be specified in the construction to allow for adolescent birds to enter and exit the waters adjacent the bird islands. (2)������ Removal of Unsuitable Foundation Materials: this feature will include the excavation and placement of unsuitable foundation materials.� Materials excavated will be placed nearby within a containment area. (3)������ Placement of Suitable Materials in the Excavation: this feature will include the excavation and placement of suitable foundation materials from a nearby borrow area to return the area to the original bay bottom elevation. (4)������ Construction of Stone Sill Structures: this feature will include the installation of geotextile and stone materials to create an offshore stone sill structure.� This sill will be constructed at the northeast corner of Barren Island where the unsuitable foundation material is excavated, and suitable foundation materials are placed. (5)������ Modification of the Existing Sill: this feature will include the modification of previously constructed offshore stone sills to place additional geotextile materials to create a semi-impervious layer to allow for the placement of dredge material within the area. (6)������ Installation of Geotextile Structures: this feature includes excavation of material from a nearby borrow area that will be used to fill geotextile tube structures.� Those structures will be placed adjacent to the Barren Island shoreline to create an interior line of containment to facilitate dredge material placement. (7)������ Design and Installation of Spillways: this feature includes the design and installation of structures that allow for the controlled release of water from the site, in accordance with State permit requirements, when dredged material is placed within the constructed containment area. (8)������ Dredging of Material from the Honga & Tar Bay Federal Navigation Channel: this feature will include the excavation of material that has shoaled in the Honga & Tar Bay Federal navigation channel and placing it at Barren Island within the constructed containment area. The borrow area for material excavation is anticipated to be located approximately one mile west of Barren Island. All construction work will be performed from the water; no heavy equipment will be allowed to be placed on the island nor will any soil disturbance that cannot be stabilized the same day will be permitted on the island.� The contractor must supply all necessary labor, equipment, materials, utilities, and transportation to construct this project.� The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). �The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. �Large businesses are not prohibited from submitting a response to this notice, however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with DFARS 236.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of construction for this project is between $25,000,000.00 and $100,000,000.00. �The construction contract duration is approximately 24 months.� The North American Industry Classification System (NAICS) code for this procurement is 237990 � �Other Heavy and Civil Engineering Construction�, which has a small business size standard of $45M.� The product service code for this procurement Y1KF. Prior experience with construction of projects of similar scope will be required.� Responders should address ALL of the following in their submittal: The following criteria must be considered to ensure the ability to perform the proposed work: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and UEI number. (1)� Indicate if your company is currently registered with the System for Award Management (SAM) database.� If not, indicate if it has been registered or does it plan to register. (2)� In consideration of NAICS code 237990, with a small business size standard in dollars of $45M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. (3)� Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). (4)� Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested prime contractor. (5)� �Provide at least one (1) example of a project similar to the scope described above that was greater than $20 million in magnitude. �Include details demonstrating experience (1) placing large stone, as well as other layered stones, in a marine environment, and/or (2) placing geotextile tubes in a marine environment, and/or (3) dredging of materials for construction purposes, if the work was done as the prime or subcontractor, and what percentage of the work was performed.� Include the point of contact information for examples provided (phone and email), as past performance on indicated projects may be verified.� (6)� Total submittal shall be no longer than 10 pages in one (1).pdf file. Double sided pages will count as two (2) separate pages Comments will be shared with the Government and the project delivery team, but otherwise will be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID.� It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. �In addition, this sources sought notice is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Daylight Time (EDT) 12 October 2023. �All responses under this Sources Sought Notice must be emailed to aisha.r.boykin@usace.army.mil� referencing the sources sought notice number W912DR23H0Y3D. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. �If you have any questions concerning this opportunity, please contact: �Aisha Boykin via email � aisha.r.boykin@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/653f5fbc515e460bb4228531b7d41647/view)
 
Place of Performance
Address: Fishing Creek, MD 21634, USA
Zip Code: 21634
Country: USA
 
Record
SN06841393-F 20230923/230921230535 (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.