The RFP Database
New business relationships start here

Craney Island Spillbox #2 Replacement


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 and large 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. If you are 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/or 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.


Description of Work:


The Norfolk District's Corps of Engineers is seeking qualified and experienced firms capable of performing site improvements at the Craney Island Dredged Material Management Area (CIDMMA), Portsmouth, Virginia. Site improvements include: 1) the partial demolition of a 100' wide x 30' tall x 20' thick steel and concrete Spillbox #2 that is embedded in the side of a compacted soil dike to provide drainage for a dredging sediment pond out to Norfolk Bay; and 2) the construction of a new 60' wide x 60' deep x 32' tall free-standing steel framework Spillbox #2 which is located 400' feet from the top of the dike into the dredging sediment pond plus four HDPE drainage pipelines that travel through the dike to empty into Norfolk Bay. Partial demolition of Spillbox #2 includes the removal and backfill of four 36" CMT pipelines that run from the Spillbox and are buried across the earth dike and drain out to the Bay; removal of some of some the Spillbox's steel scaffolding and sealing of the pipe four openings; and backfilling the pond side of the Spillbox to block pond drainage. Construction of the new free-standing Spillbox includes: installation of four 36" HDPE drainage pipes from the Spillbox through the dike and out to the Bay including excavation and backfill; construction of a permanent access road and renovation of a temporary access road out to the new spillbox site; construction of a concrete foundation pad supported with site and purchased materials; and fabrication and installation of a free-standing steel framework Spillbox. At both locations, the four pipelines extending from the existing spillbox and the four new pipes extending from the new spillbox will core through a 10' tall stacked rock wall near Norfolk Bay that will require renovation to remove the existing pipeline and then install the new pipeline at a new location. 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 which are highly 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. Rock and specialty backfill will be purchased by the contractor off-site. Dike renovations for the existing and new pipelines will require clearing and grubbing of the areas before excavation work can begin; and hydroseeding after the work is completed. The existing Spillbox #2 must continue functioning until the new Spillbox #2 is fully functional and can replace it, so the work must be divided into two sequential phases.


Construction Time:

The anticipated solicitation issuance date will be on or about 02 November 2018. The estimated sealed bid due date will be on or about 07 December 2018. The estimated construction period of performance is ten (10) months. 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.


Offeror, whose proposal conforms to the solicitation and is fair and reasonable. In addition, the awardee must be found responsible in accordance with FAR 9.1
Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $36.5 Million. The magnitude of construction is between $500,000 and $5,000,000.

General:

Services to perform this work will be procured through a Fixed Price Contract which will include three lump sum bid items: a) mobilization and demobilization; b) partial demolition of the existing Spillbox #2; and c) construction of free-standing new Spillbox #2; and six unit-cost bid items that include the HDPE piping, four types of rock, and structural backfill. The project will be solicited as a Sealed Bid with Definitive Responsibility Criteria (DRC). These criteria are specific and objective standards established by the 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 in all three defined work criteria. The three criteria will be related to: 1) earthwork in difficult conditions; 2) steel framework construction; and 3) welding and installation of large HDPE pipelines.


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 large or 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 using 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.


The 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 large or 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.


Administrative Data:

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 16 July 2018. All interested firms must be registered in government's SAM website to be eligible for awards of Government contracts. Email your response to Jerry W. Clark-Juneau in Contracting at Jerry.W.Clark-Juneau@usace.army.mil


 


Jerry W. Clark-Juneau, Contracting Specialist, Email Jerry.W.Clark-Juneau@usace.army.mil - Danita Young, Contracting Officer, Email danita.a.young@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP