Dredging Craney Island Eastward Expansion, Main Dike, 1B
THIS PROCUREMENT IS AN UNRESTRICTED PROCUREMENT The Norfolk District, Army Corps of Engineers is contemplating a Firm Fixed Price, Construction contract for Maintenance Dredging of the Craney Island E... THIS PROCUREMENT IS AN UNRESTRICTED PROCUREMENT The Norfolk District, Army Corps of Engineers is contemplating a Firm Fixed Price, Construction contract for Maintenance Dredging of the Craney Island Eastward Expansion, Main Dike, Phase 1B located in Portsmouth, Virginia DESCRIPTION OF WORK The Craney Island Eastward Expansion, Main Dike, Phase 1B Project will consist of dredging and debris removal, approximately 149,500 cubic yards of material, from an area east of the shoreline of Craney Island and north of the Craney Island Rehandling Basin. The objective of the project is to perform dredging and debris removal over a portion of the proposed Craney Island Eastward Expansion project main dike footprint and per room at the access channels. The work is anticipated to be performed by mechanical and or hydraulic dredging to the depth of 4 feet below the existing mud line. Dredging of the upper 4 feet of seabed should provide adequate removal of existing debris to allow for subsequent contracts utilizing hydraulic pipeline dredging to greater depths. All removed material shall be screened for debris. Debris shall be disposed off-site per local and Federal regulations. Dredged material shall be transported to the Government furnished placement site within Craney Island dredged material management area. The NAICS code applicable to this requirement is 237990, with a small business size standard of $27.5 million. In accordance with FAR 36/DFARs 236, the Magnitude of Construction for this project is between $5,000,000 and $10,000,000. Liquidated Damages will be assessed in the amount of $920.00 per day of delay. CONSTRUCTION TIME * For the contract bid items, begin performance within 15 calendar days of issuance of the Notice to Proceed and complete all work, base and option, within 145 calendar days of receipt of Notice to Proceed (NTP). DREDGING AND DREDGE RELATED 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. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at http://www.fbo.gov. The proposal due date shall be at least 30 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOps. It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings, and all subsequent amendments. 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 http://www.sam.gov. Lack of registration in the SAM database will prevent access to FedBizOps and will make a Bidder ineligible for award. NOTE: Online Representations and Certifications Applications apply to this solicitation. Inquires may be directed to Stormie Wicks by email at Stormie.B.Wicks@usace.army.mil and cc'd Eartha D. Garrett at Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »