Atlantic lntracoastal Waterway Facilities Operations and Maintenance, Virginia and North Carolina
1. Summary: The U.S. Army Corps of Engineers-Norfolk District intends to issue a solicitation for a full and open, unrestricted competitive, firm-fixed-price, Invitation for Bid (IFB) with Definitive ... 1. Summary: The U.S. Army Corps of Engineers-Norfolk District intends to issue a solicitation for a full and open, unrestricted competitive, firm-fixed-price, Invitation for Bid (IFB) with Definitive Responsibility Criteria (DRC). This action will utilize FAR Part 14, Sealed Bidding Procedures. 2. Description of Service: The U.S. Army Corps of Engineers-Norfolk District is seeking a qualified and experienced firm capable of providing Facility Services for the operation, maintenance, and repair of the USACE Norfolk District Facilities on the Atlantic Intracoastal Waterway (AIWW). The contractor shall provide all services, materials, supplies, plant, labor, equipment, utilities and supervision, except as specified as Government furnished, required to operate, maintain all facilities, all real property facilities, and approximately 3,100 acres of land. The Atlantic Intracoastal Waterway (AIWW) Project within the Norfolk District boundaries consists of the Albemarle and Chesapeake Canal (ACC) and the Dismal Swamp Canal (DSC). The Albemarle and Chesapeake Canal (ACC) is a 12-foot channel with widths of 90 feet in the land cuts and 125 feet to 250 feet in the rivers. The project includes a drawbridge at North Landing, Virginia, and one navigation lock and support facility at Great Bridge, Virginia. The Great Bridge lock is 72 feet wide by 600 feet long with a normal lift of 2.7 feet. The lock prevents the inflow of salt water from the Southern Branch of the Elizabeth River to the fresh water to the south. In addition, lockings are on demand, 24 hours a day. The Dismal Swamp Canal (DSC) which consists of a 10-foot channel, 100 feet wide in Deep Creek and Pasquotank River; a channel 6 feet deep and 50 feet wide in the Dismal Swamp; and a channel 10 feet deep and 80 feet wide in Turners Cut. The project also includes one highway drawbridge and navigation lock at Deep Creek, Virginia, one highway drawbridge and navigation lock at South Mills, North Carolina and three water control structures on the canal and at Lake Drummond. The Deep Creek Lock and South Mills Lock are 52 feet wide by 300 feet long, with a normal lift of 12 feet. Lockings are only 4 times a day, and Dismal Swamp Canal operating staff is limited to 3 individuals a day working 8 hours per day. 3. Definitive Responsibility Criteria: This requirement will utilize Definitive Responsibility Criteria in addition to examining the responsibility criteria detailed in FAR 9.104-1, Contractor Qualifications, General Standards. The Contracting Officer will also examine the apparent low bidder's submitted narrative information to determine if all the Definitive Responsibility Criteria have been met. Definitive Responsibility Criteria (DRC) are specific and objective standards established to inform the Contracting Officer's responsibility determination in accordance with FAR Subpart 9.1. The apparent low bidder must submit and the Contracting Officer must make an affirmative determination of the apparent low bidder's ability to perform the contract based on the general standards for responsibility defined in the FAR. These DRC specifically address whether the apparent low bidder has a satisfactory performance record performing the functions critical to successful performance of this contract; have the necessary technical capability or ability to attain them; and are otherwise qualified and eligible to perform the contract. The inability of a contractor otherwise eligible for award to demonstrate minimally acceptable experience as measured against the DRC will result in the Contracting Officer determining the contractor is not responsible and ineligible for contract award. Document Submission Requirements of the Apparent Low Bidder Within twenty-four hours of the time set for bid opening in the solicitation, the apparent low bidder must submit documentation to the Contracting Officer that substantiates previous contract experience meeting or exceeding the minimum requirements defined in the DRC below. The apparent low bidder must substantiate its previous experience by submitting information relating to previous contracts performed. At a minimum, the following information must be submitted: 1. Contract number (or unique identifier) and name of organization awarding each contract 2. Contact information for the Contracting Officer or equivalent official 3. Period of performance of the contract, i.e., the dates when performance began and was completed 4. Annual dollar value of the contract, or pro rata equivalent 5. A narrative describing the facilities involved and work performed under the contract clearly addressing each element of the DRC described below In the event the prime contractor intends to have a subcontractor perform a key element of the contract, the apparent low bidder must submit the information required above for each contract or subcontract responsive to the DRC that was performed by an intended "key subcontractor." In addition, the narrative must explain exactly what aspects this contract would be performed by the key subcontractor if the apparently low bidder is awarded the contract and must describe the role the subcontractor performed on the submitted contract. A "key element" of the contract involves the performance of any aspect critical to successful performance, including those aspects detailed in the DRC below. In addition, the apparent low bidder must submit a letter of commitment by each key subcontractor. The letter of commitment must be signed by the key subcontractor and presented on its company letterhead. It must clearly state the subcontractor's unequivocal intent to perform that aspect of the project in the event the prime contractor is awarded the contract. The documentation submitted shall not exceed three (3) pages per previous contract performed by the prime contractor or applicable key subcontractor to substantiate the minimum experience required in the DRC. Definitive Responsibility Criteria (DRC): The Government will evaluate the submitted documentation to determine whether the bidder meets the minimum requirements of the Definitive Responsibility Criteria. The DRC are defined as follows: Facility Management. The apparent low bidder shall provide documented contract experience for a minimum of three years performing facility maintenance comparable in size and scope consistent with the solicitation. At a minimum, the previous contract performance experience must substantiate experience for each element below: Operating, maintaining, and repairing 1930's era navigation locks, 1930's and 1950's era movable highway bridges, and low-level flood/water control structure comparable in size and scope of the plant and equipment detailed in the solicitation. The minimum contract for each submitted contract must be no less than $2 million per year, or equivalent pro rata amount if the contract performance period was less than a year. For purposes of evaluating whether the minimum of three years is substantiated, the contractor may document its experience with more than one contract provided that each contract was a minimum of six months from the start of performance to the completion of performance. The apparent low bidder may use previous contracts performed up to ten (10) years prior to the solicitation date, provided that the period of performance began within that ten year period. In the event that the contractor submits a contract for which it received an interim or final unsatisfactory evaluation rating, was issued cure notice or show cause, or was defaulted for termination, the apparent low bidder must explain the circumstances associated with this. In the event the apparent low bidder intends to utilize a key subcontractor in the performance of the contract, the experience of the subcontractor must meet each element of the above described DRC relevant to that aspect of the contract that will be performed by the key subcontractor. If an intended subcontractor served as the subcontractor on a previous submitted contract, the narrative must explain why the subcontractor's role was critical to performance of the contract. 4. Solicitation Schedule: a. Anticipated Posting of Solicitation: 4 January 2019 b. Anticipated Bid Due Date: 4 February 2019 c. Bid Acceptance Period: 90 calendar days. 5. Administrative Data: 1. NAICS 488310 applies to this procurement. 2. Prospective Bidders must be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOps. Bidders must also be registered in SAM to be eligible for contract award. 3. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. 4. The Government anticipates awarding a firm fixed-price contract consisting of a base year and 4 option years for a total of five years.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »