Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2023 SAM #8040
SOLICITATION NOTICE

Z -- W912BU24R0009 - Pedricktown North, Dredged Material Placement Facility Dike Raising Construction

Notice Date
11/30/2023 1:26:09 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU24R0009
 
Response Due
12/15/2023 11:00:00 AM
 
Archive Date
01/31/2024
 
Point of Contact
Frederick Conway, Brooke Patterson, Phone: 2156566469
 
E-Mail Address
frederick.conway@usace.army.mil, brooke.l.patterson@usace.army.mil
(frederick.conway@usace.army.mil, brooke.l.patterson@usace.army.mil)
 
Description
30 November 2023 SAM Action Code: Pre-Solicitation/ Synopsis Subject: Dike Raising, Pedricktown North Disposal Area Solicitation No.: W912BU24R0009 � Raising, Pedricktown North Disposal Area Set-Aside Code: Full & Open Place of Performance: Pedricktown Area Disposal Area Complex, Salem County, NJ This is a Pre-solicitation Notice (Synopsis) and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS The Army Corps of Engineers, Philadelphia District, intends to issue a Request for Proposal (RFP) for one (1) Firm Fixed Price construction contract. Contract work consists of a large-scale earthwork project to construct approximately 25,000 linear feet of earthen embankments at the Pedricktown North Dredged Material Placement Facility (DMPF) adjacent to the Delaware River in Salem County, NJ. Approximately 500,000 cubic yards of dredged materials must be moved from within the approximately 500-acre site, compacted in lifts and final graded to meet the lines and grades required. Some of the embankments will include geotextile reinforcement. Significant experience and expertise with large scale earthwork projects and access to a significant amount of earthmoving equipment and labor will be required to complete all work within an 18-month period of performance. The soils that comprise the available dredged materials are predominately fine-grained in nature (i.e., contain silts and clays of low and high plasticity), with some sand and gravel in limited areas. As such, these soils are highly susceptible to changes in moisture content which may limit construction activities during periods of wet or freezing weather. Contractor must be able to deal with problems that include seepage of water into excavations, softening of exposed subgrade soils, loss of soil shear strength, etc. It is anticipated that the existing dredged material proposed to construct the dikes will require consistent and active moisture conditioning to achieve a moisture content near or at optimum to achieve the specified compaction requirements. Consequently, prudent earthwork techniques such as disking, stockpile management, aeration, promoting positive drainage, limiting construction traffic and allowing for drying days must be utilized to facilitate fill placement and compaction activities. It should be anticipated that protection of exposed excavation subgrades will need to be exercised to minimize disturbance. The contract documents will include available date from the latest subsurface investigations and associated geotechnical laboratory testing. A licensed Geotechnical Engineer will be required for the evaluation of this data and assistance in preparation of bid documents as well as work plans that will be required of the successful bidder. The work will also require the installation of three steel sluice structures and associated 30- inch steel outfall pipes for site drainage. The sluice structures and pipes will be provided as Government Furnished Materials. The contract duration for construction is anticipated at approximately 550 calendar days. In accordance with FAR 36.204 and DFARS 236.204, the Magnitude of Construction for this project is between $10,000,000 to $25,000,000. The NAICS Code for this project is 237990 and the small business size standard is $45 million. Solicitation No. W912BU24R0009 is anticipated to be issued as a full and open competition on or about 22 December 2023, with a proposal due date occurring at least 30 days after the Solicitation. The Government intends to award a firm fixed price contract to the responsible offeror whose proposal conforms to the terms of the RFP notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through the Best Value Trade-off process (FAR 15.101-1). Offerors should review the entire solicitation once it is posted. Information within this pre-solicitation notice is subject to change. The clauses at FAR 52.236-2, Differing Site Conditions and 52.236-3, Site Investigations and Conditions Affecting the Work will be included in the solicitation and contract award. Accordingly, offerors are urged to inspect the site where the work will be performed. Bonding will be required at the time of proposal submission, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. Any contract awarded from the solicitation will contain FAR 52.211-12, Liquidated Damages - Construction, and the amount will be published with the solicitation. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors may register for SAM online at www.sam.gov or by calling 1-836-606-8220. The solicitation is anticipated to be issued and provided in an electronic format, free of charge, in Procurement Integrated Enterprise Environment (PIEE) Solicitation System. To familiarize vendors with the system, please go to: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml. https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f58648fdc914daeb3027c406014845d/view)
 
Place of Performance
Address: Pedricktown, NJ 08067, USA
Zip Code: 08067
Country: USA
 
Record
SN06898953-F 20231202/231130230047 (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.