Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOLICITATION NOTICE

Y -- WCV - Bradford Bay to Finney Creek Maintenance Dredging

Notice Date
11/20/2023 12:19:36 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
W9123624B5003
 
Response Due
2/5/2024 7:00:00 AM
 
Archive Date
02/20/2024
 
Point of Contact
Amy Coody, Phone: 7572017883, Stormie 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)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W9123624B5003 WCV - Bradford Bay to Finney Creek Maintenance Dredging Accomack County, VA This is a pre-solicitation notice.� This is NOT a solicitation.� Do NOT submit proposals or questions in response to this notice.� It is anticipated that the solicitation will be posted on Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about November 2023. The solicitation is anticipated to be posted for 30 calendar days. The U.S. Army Corps of Engineers (USACE) Norfolk District (NAO) intends to issue an Invitation for Bid (IFB) acquisition for the Maintenance Dredging at the Waterway on the Coast of Virginia, Accomack, Virginia. This procurement will be conducted in accordance with FAR Part 14, Invitation for Bid (IFB). The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited as a 100% small business set-aside. The applicable NAICS code is 237990, Other Heavy and Civil Engineering Construction (Dredging and Surface Cleanup Activities), with a small business standard of $37 million. In accordance with FAR 36.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of construction is between $1,000,000 and $5,000,000 million. DESCRIPTION OF WORK The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Bradford Bay to Finney Creek Maintenance Dredging of the Waterway on the Coast of Virginia, Accomack County, Virginia. Shoaling has occurred to the extent that it is limiting accessibility of the Coast Guard to navigate the channel. A dredging contract is required to remove critical shoals from the channel to its previously authorized navigable depths to provide safe access for vessels. Work effort will include development of plans for dredging, solicitation, contract award and execution and coordination for necessary environmental agency permits. This area serves US Coast Guard search and rescue mission and regional waterman. The project consists of dredging a segment of the Waterway on the Coast of Virginia (WCV) Federal Navigation Project. The work will consist of maintenance dredging in the channel to a required depth of 6 feet MLLW with one foot of advanced maintenance and one foot of allowable overdepth to a total depth of 8 feet MLLW. The dredging involves approximately 46,000 cubic yards of material, including allowable overdepth dredging and estimated accretion. The work will be performed by a hydraulic cutterhead dredge and pipeline method with all dredged material transported and placed inside an authorized 1000 ft by 1000 ft overboard placement site within Bradford Bay. The construction completion date will be approximately 150 calendar days from the issuance of Notice to Proceed (NTP). Contractors will be required to submit bid bonds documents with the proposal. The successful awardee will be required to provide 100% payment and performance bonds for the project. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14. Anticipated solicitation issuance time frame is on or about November 2023. THIS PROJECT IS A 100% SMALL BUSINESS SET-ASIDE PROCUREMENT SEALED BID. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1. 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. a) Current commitments and expected dates of completion. b) 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). c) 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. 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) website at https://piee.eb.mil/ on or about November 2023. 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, release of the solicitation, specification, drawings, and all subsequent amendments. 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 OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. No hard copies will be available. Prospective bidders are responsible for monitoring SAM.gov to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders are required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment of any contract. NOTE: Online Representations and Certifications Applications apply to this solicitation. Inquires must be directed to Projnet in accordance with the forthcoming Solicitation document.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/964bdd25252541d79865458d46b272e3/view)
 
Place of Performance
Address: Accomac, VA, USA
Country: USA
 
Record
SN06889998-F 20231122/231120230047 (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.