Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2024 SAM #8128
SOURCES SOUGHT

Y -- Great Wicomico Rehabilitation Project

Notice Date
2/26/2024 1:01:14 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
W9123624B5017
 
Response Due
3/11/2024 8:59:00 PM
 
Archive Date
09/11/2024
 
Point of Contact
Amy Coody, Phone: 7572017883, Stormie S. B. Wicks, Phone: 7572017215
 
E-Mail Address
amy.h.coody@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil
(amy.h.coody@usace.army.mil, Stormie.B.Wicks@USACE.Army.Mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME.� The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing marine construction on both existing and new oyster reefs in the Great Wicomico River, Virginia for the Chesapeake Bay Oyster Recovery Program, Great Wicomico River Rehabilitation Project. Description of Work: The Norfolk District, U.S. Army Corps of Engineers, in partnership with the Virginia Marine Resources Commission (VMRC) is seeking eligible firms capable of performing marine construction on both existing and new oyster reefs in the Great Wicomico River, Virginia for the Chesapeake Bay Oyster Recovery Program, Great Wicomico River Rehabilitation Project. There are multiple project sites located within the Great Wicomico River on Public (Baylor) Grounds. The original 85-acre reef network was constructed in 2006. This project aims to return to 3.7 acres of existing reef and place piles of R4 stone on top of the existing substrate at a rate of 30-60 piles per acre (depending on the location). In addition, the project will place full coverage of R4 stone across 1.7 acres of an existing reef with a targeted height of 10 inches off the river bottom. Finally, one of the existing reef footprints will be expanded by 2.4 acres also using full coverage of R4 stone. All reef substrate will need to be placed mechanically to ensure precise placement, able to be recorded by a GPS system. As-built surveys will be required to ensure the targeted reef height is met. Reef substrate will be installed per the plan drawings and specifications on the project site(s) in water depths ranging from approximately 7.0� MLLW to 14� MLLW. In accordance with FAR Part 36, the estimated construction price range for this project is between $1,000,000 and $5,000,000. NAICS Code 237990 is applicable to this project. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. 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. The below DRC language is for informational purposes only. Information pertaining to the Contractor�s DRC is required at time of BID, not in response to this Sources Sought: Criteria 1: Marine Construction Experience:� Bidder shall provide three examples of completed contracts in the last eight years involving mechanical placement of substrate in a marine setting where GPS locations of the substrate were recorded. The Government anticipates that the prime contractor may subcontract portions of the work.� Accordingly, the Definitive Responsibility Criteria may be met through the experience of a subcontractor provided that an unequivocal commitment of the subcontractor is provided in writing conditioned only on the prime contractor being awarded the contract. We encourage your comments and feedback on this DRC. Construction Time: Pre-construction activities shall commence within 30 days of receipt of Notice to Proceed (NTP). The construction period of performance will be approximately 425 days from issuance of the NTP. � SURVEY OF CONSTRUCTION INDUSTRY 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 marine construction jobs similar in nature, complexity and magnitude to this project within the past 8 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 marine construction contract, in dollars, on which you were the prime contractor? Please identify your company�s status as either a small or large business. If firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service-Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB). Please identify your company's Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information. Please identify your company�s governmental CAGE code and UEI. What is your bonding capacity per contract? What is your total aggregate bonding capacity? Are you familiar with the safety and health requirements of EM 385-1-1? What type of GPS equipment do you anticipate using to ensure accurate substrate placement? � Please only include a narrative of the requested information.� Additional information will not be reviewed. This Sources Sought Synopsis 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.� If interested, respond to this Sources Sought Notice no later than close of business 11 March 2024. Your response should be emailed to Amy Herrera Coody at Amy.H.Coody@usace.army.mil with Stormie Wicks cc�d at Stormie.B.Wicks@usace.army.mil. The official synopsis citing the solicitation number will be issued on the System for Award Management (SAM) www.sam.gov. 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/3a3b6a88507e43f89efaf37360fa9036/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN06977420-F 20240228/240226230055 (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.