The RFP Database
New business relationships start here

Craney Island Sand Reclamation Dredging, Craney Island Dredged Material Management Area


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, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.

 


The Norfolk District, U.S. Army Corps of Engineers, is anticipating a future procurement for a Firm, Fixed Price Construction contract, for Sand Reclamation Dredging, Craney Island Dredged Material Management Area (CIDMMA) located in Portsmouth, Virginia.


Description of Work:
The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing sand reclamation dredging and placement of dredged material by hydraulic cutter-head dredge and pipeline. The Craney Island Dredged Material Management Area (CIDMMA) is a confined upland dredge material placement site located in Portsmouth, Virginia; adjacent to the Port of Hampton Roads. The CIDMMA is divided into three sections: the South Cell, Middle Cell, and North Cell. The sand reclamation dredging and placement may be performed in one or all of the cells, within the confined disposal facility. An estimated 500,000 cubic yards of dredged material to include allowable overdepth will be removed for the base bid. The Contractor shall be responsible for the following: dredging within the designated areas to an approximate pay depth of 20 feet below Mean Low Lower Water, discharging the material in the designated Government-furnished placement site, maintaining the water level within the area of the dredge with a nearby water source, geotechnical investigations, environmental controls, and performing surveys.


Construction Time:
Begin performance within 15 calendar days and complete all work within 215 calendar days of receipt of Notice-to-Proceed (NTP). *There are possible dredging restrictions for this project between May and mid-August due to migrating bird species, so the contractor is expected to plan their work accordingly.


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 DRAFT Definitive Responsibility Criteria will be developed to assess the following work items:


• Experience in hydraulic pipeline dredging.
• Experience in facilitating or performing contract quantity surveys to assess dredging performance in support of payment.
• Disposal Facility Management during Dredge Material Placement.


Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $27,500,000.00. The magnitude of construction is between $5,000,000.00 and $10,000,000.00.


 


SURVEY OF THE DREDGING INDUSTRY
The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regards to the Sand Reclamation Dredging Project, CIDMMA located in Portsmouth, Virginia.


General:
1) Have you ever worked on dredging jobs similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, as a reference of relevant experience.
2) What percentage of work (volume of material dredged and placed) can you perform with your own equipment or equipment owned by another small dredging contractor?
3) Have you performed dredging within the Virginia Geographical area?
4) Would you be willing to bid on the project described? If the answer is No, please explain why not?
5) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?
6) Is there a dollar limit on the size of contract that you would bid? If so, what is that limit?
7) What is the largest dredging contract, in dollars, on which you were the prime contractor?
8) What is your bonding capacity per contract? What is your total bonding capacity?



Equipment:
9) What type of dredge equipment do you own and / or operate that is suitable for the work described? Do you own a hydraulic dredge? Please list each piece of equipment capable of performing dredging and pumping sand with beach placement and grading , i.e. dredges, discharge pipeline (specify quantity in linear feet), dozers, front end loaders, forklifts, and/or other equipment needed for beach placement and / or grading the beach as necessary. For each dredge that you list provide a dredge name, please specify its size, discharge diameter, suction diameter, horsepower of main engine, any booster pumps ladder length, spud lengths, draft max/min dredging depths, max/min width of channel the dredge can efficiently operate and any other salient characteristics.
10) What length and size of discharge pipeline do you have available for use? Do you own the discharge pipeline?
11) Do you have experience with upland placement of dredged material?
12) Are you familiar with the USACE EM 385-1-1 (Nov. 2014) and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes.



The Government will utilize this information in determining an acquisition strategy and potential set aside decision. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electronically to email Axel.F.Doody@usace.army.mil and Eartha.Garrett@usace.army.mil. ;



The capability statement must be submitted no later than 15 November 2019. Limit capability briefing package to (5) pages. This sources sought should not be construed in any manner to be an obligation of the Norfolk District, U.S. Army Corps of Engineers, 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.



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. The Point of Contact for this requirement is Axel Doody, Email: Axel.F.Doody@usace.army.mil; Phone: 757-201-7712.


Axel F. Doody, Contract Specialist, Phone 7572017712, Email axel.f.doody@usace.army.mil - Eartha Garrett, Contracting Officer, Phone (757)201.7131, Email Eartha.D.Garrett@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP