The RFP Database
New business relationships start here

CRANEY ISLAND DREDGED MATERIAL MANAGEMENT AREA, SPILLBOX #4


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME.
The purpose of this Sources Sought Notice is to identify qualified and experienced small businesses that are interested in and capable of performing the work described herein. This notice is posted as a market research tool only. The Government will utilize this information in determining an acquisition strategy. As a small business, please state all of the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned, and small businesses less than 500 employees. This Sources Sought Notice is for firms with a North American Industry Classification System (NAICS) Code 237990 - Other Heavy and Civil Engineering Construction.

The Norfolk District, Corps of Engineers is seeking qualified and experienced firms capable of performing site improvements at the Craney Island Dredged Material Management Area (CIDMMA), Norfolk, Virginia. Site improvements include: 1) the partial demolition of a 100' wide x 30' tall x 30' thick steel and concrete Spillbox #4 that is embedded in the side of a compacted soil dike to provide drainage for a dredging sediment pond; and 2) the construction of a 60' wide x 60' deep x 32' tall free-standing Spillbox #4 which is 500' feet from the top of the dike in the dredging sediment pond along with drainage pipelines through the dike and out to Norfolk Bay. Partial demolition of Spillbox #4 includes the removal and backfill of four 36" CMT pipelines that run from the Spillbox that are buried through the earth dike and out to the Bay; removal of some of the steel scaffolding and sealing the pipe openings; and backfilling the pond side of the Spillbox. Construction of the new free-standing Spillbox includes: installation of four 36" drainage pipes from the Spillbox through the dike and out to the Bay including excavation and backfill; construction of permanent and temporary access roads out to the new construction site and a foundation pad using site materials; and installation of a free-standing steel frame Spillbox with a concrete foundation. Construction of the new free-standing Spillbox in the sediment pond will be in marsh-like conditions. Construction techniques and equipment must accommodate soft and wet subsurface and fill soil conditions with high susceptibility to rapid and long-term settlements under instantaneous and sustained loading conditions. All fill material for dike renovations and new road and foundations pad work will be government supplied from on-site borrow sources. Dike pipeline renovations will require clearing and grubbing before excavation work can begin; and hydroseeding after work is completed.


Services to perform this work will be procured through a Fixed Price Contract which will include two bid items: 1) partial demolition of the existing Spillbox #4; and 2) Construction of free-standing Spillbox #4. The total contract award will not exceed $3M. The project will be solicited as a total small business Sealed Bid with Definitive Responsibility Criteria (DRC). These criteria are specific and objective standards established by an agency as a precondition to award which are designed to measure a prospective contractor's ability to perform the contract. In order to be found responsible, the apparent low bidder must demonstrate their past experience all defined work criteria. The three criteria will be related to: 1) earthwork in difficult conditions; 2) steel framework; and 3) concrete foundation work.


We are requesting that all interested and qualified businesses respond to this Sources Sought Notice with information which shall include, at a minimum: (1) identification and verification of the company's small business status. (2) Governmental CAGE Code and DUNS number, if applicable. 3) The level of performance and payment bonding capacity that the company could attain for the proposed project. (4) Descriptions of Experience - Provide descriptions of your firm's past experience on projects similar in scope as outlined above to projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for projects of similar type construction involving management of multiple subcontractors.


Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information.
1. Firm's name, address, point of contact, phone number, and e-mail address.
2. Firm's level of interest in bidding on this solicitation when it is issued.
3. Firm's capacity to perform a contract of this magnitude and complexity
4. Provide examples of your capability to successfully execute this form of construction by detailing comparable work performed with brief descriptions of a minimum of three similar previous projects performed within the last 5 years (customer name, timeliness of performance, type of work, and dollar value of the project) including specify percentage and type of work that was self-performed.
5. Firm's status as a small 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).
6. Firm's Existing Joint Ventures including Mentor/Protégé and teaming arrangement information.
7. Firm's governmental CAGE code and DUNS number, if applicable.
8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars)
9. A statement of the portion of this contract's work that will be self-performed and how it will be accomplished.


Please only include a narrative of the requested information. Additional information will not be reviewed.


The anticipated solicitation issuance date will be on or about 18 September 2017. The estimated sealed bid due date will be on or about 25 October 2017. The construction period of performance will vary depending on the task order. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (FBO) www.fbo.gov which will invite firms to register electronically to receive a copy of the solicitation when it is issued.


This Sources Sought Notice should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. Interested Firm's shall respond to this Sources Sought Notice no later than noon on 4 August 2017. All interested firms must be registered in government's SAM website to be eligible for awards of Government contracts. Email your response to Courtney Baker-Williams at Courtney.Baker-Williams@usace.army.mil US Army Corps of Engineers, 803 Front St., Norfolk, VA 23510. (EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS NOTICE)


Courtney B. Williams, Phone 7572017000, Email courtney.baker-williams@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP