The RFP Database
New business relationships start here

Maintenance Dredging of Waterway on the Coast of Virginia, Bradford Bay, Accomack County, Virginia


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

The Norfolk District, Corps of Engineers will be issuing a solicitation for a 100% small business set-aside, firm-fixed-price, Invitation for Bid (IFB) with Definitive Responsibility Criteria (DRC) to complete the Maintenance Dredging of Waterway on the Coast of Virginia, Bradford Bay, Accomack County, Virginia.

The North American Industry Classification System (NAICS) CODE 237990, Other Heavy and Civil Engineering Construction is applicable to this requirement, with a Small Business Size Standard of $39,500,000.00.


In accordance with FAR 36/DFARs236, the Magnitude of Construction for this project is between $1,000,000.00 and $5,000,000.00.


Liquidated Damages will be assessed in the amount of $1,000.00 per day of delay.


The U.S. Army Corps of Engineers, Norfolk District is seeking qualified and experienced firms capable of performing Maintenance dredging of waterway on the coast of Virginia, Bradford Bay, Accomack County, Virginia.


This project involves maintenance dredging of Bradford Bay Channel and Finney Creek along the Waterway on the Coast of Virginia Federal Navigation Project in Accomack County, Virginia. Dredging shall be completed by use of a hydraulic cutter-head dredge with overboard disposal within the 1,000' by 1,000' placement site in Bradford Bay. This contract will consist of base and optional bid items, with the base work involving removal of 75,900 cubic yards of material from the channel to a required depth of -6 feet MLLW with one foot of allowable over depth. Optional work includes removal of 42,100 cubic yards of material from the channel to a required depth of -7 feet MLLW with one foot of allowable over depth. In total, 118,000 cubic yards of material is to be removed should both base and optional items be awarded. A formal site visit will be scheduled for potential bidders during the solicitation period. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1.


CONSTRUCTION TIME


* For the contract bid items, begin performance within 20 calendar days and complete all work within 135 calendar days of receipt of Notice to Proceed (NTP). It is the Government's intent that the successful bidder will dredge to the optional depth, if so exercised by the Government, concurrent with dredging to the depth required in the base scope of work. Thus, optional items will be awarded with the base award. If optional items are exercised, additional performance time will be added to the contract, based on one additional day per 1,000 cubic yards of dredged material added.


MAINTENANCE DREDGING AND MARINE WORK


The Contractor shall comply with the provisions of EM 385-1-1. If the Contractor is a currently accepted participant in the Dredging Contractors of America (DCA)/United States Army Corps of Engineers (USACE) Dredging Safety Management Program (DSMP), as determined by the DCA/USACE Joint Committee, and holds a current valid Certificate of Compliance for both the Contractor Program and the Dredge(s) to be used to perform the work under this contract, the Contractor may, in lieu of the submission of an Accident Prevention Plan (APP),


(1)    Make available for review, upon request, the Contractor's current Safety Management System (SMS) documentation,


(2)    Submit to the Contracting Officer the current valid Company Certificate of Compliance for its SMS,


(3)    Submit the current dredge(s) Certificate of Compliance based on third party audit, and submit for review and acceptance, site-specific addenda to the SMS as specified in the solicitation.



Services to perform this work will be procured through a Fixed Price Contract which will include three base bid lump sum items: 0001 - Full Mobilization and Demobilization; and 0002 - Lower Bradford Bay Channel Dredging; 0003 - Upper Bradford Bay Channel and Finney Creek Dredging, and include two option bid unit items: 0004 - Lower Bradford Bay Channel dredging; and 0005 - Upper Bradford Bay Channel and Finney Creek Dredging.


In accordance with FAR 36.204, the magnitude of construction is between $1,000,000 and $5,000,000. The estimated construction period of performance is one hundred and thirty five (135) calendar days of receipt of Notice to Proceed (NTP). A site visit will be scheduled for this project. This project will follow Sealed Bidding procedures and will include Definitive Responsibility Criteria (DRC).
Definitive Responsibility Criteria (DRC) are specific and objective standards established to inform the Contracting Officer's responsibility in accordance with FAR 9.104-2. These criteria 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 DRC must be provided in the form of a written detailed narrative, with a page limitation that shall not exceed three (3) pages for each listed DRC.
The written narrative for each DRC listed below must demonstrate a bidder's successful completion of at least one (1) year total project experience within the past five (5) years of the date of this solicitation for Items #1 and #2, and experience on at least one (1) project for Item #3 of the definitive responsibility criteria listed.
The bidder shall provide the following:
▪ Contract number and name of agency for each project provided as experience;
▪ Period of performance of the contract;
▪ Brief description of the work performed under the contract;
▪ Bidders may use one or more projects to demonstrate past experience.
If a subcontractor was used to complete a work component of a bidder's project experience, bidders shall provide the following:
▪ Name of the subcontractor;
▪ Contract number and name of agency for each project provided as experience;
▪ Period of performance of the contract;
▪ Brief description of the work performed under the contract;
▪ Subcontractor experience will show successful completion of at least one (1) year total project experience within the past five (5) years of the date of this solicitation for Items #1 and #2, and experience on at least one (1) project for Item #3 of the definitive responsibility criteria listed


The Definitive Responsibility Criteria is provided as follows:


Shallow Draft Dredging. Project experience in hydraulic pipeline dredging in bay and coastal environments comparable (size and scope) and consistent with the scope of work described in the drawings and specifications sections contained in Division 35 - Waterway and Marine Construction, included as part of this Solicitation.


Should the apparent low bidder fail to submit sufficient documentation in accordance with the pertinent responsibility criteria, in particular the Definitive Responsibility Criteria, the Contracting Officer is authorized to make an affirmative responsibility determination, and the apparent low bidder may be determined ineligible for award.
NAICS Code 237990 applies to this procurement. The solicitation is anticipated to be posted in November of 2019. Search on W91236% (www.FBO.Gov) for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOps. SAM Registration must also be active and current to be eligible for contract award.
Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at https://www.sam.gov/portal/public/SAM/. Lack of registration in the SAM database will prevent access to FedBizOps and will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS WILL NOT BE HONORED.
BIDDER QUESTIONS AND COMMENTS


*    The Bidder Inquiry System will be available the same day as the solicitation and unavailable for new inquires 8 days prior to bid opening in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Therefore, all questions and/or comments should reach the above referenced Contracting Office via ProjNet no later than 26 November 2019.


Technical inquiries and questions relating to Invitation for Bid (IFB) procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Bidder Inquiry Key is: AHHJYB-79ZM54


NOTE: Online Representations and Certifications Applications apply to this solicitation.


Inquires may be directed to Loretta Parris by email at Loretta.e.parris@usace.army.mil and cc'd Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.


 


Loretta E Parris, Contract Specialist, Phone 4702538309, Email loretta.e.parris@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