Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W9123619B0025
Current Solicitation Number W9123619B0025 was previously attached to Sources Sought under Number W9123619R0020 due to Administrative change. All description(s) and contract requirements remain the sam...
Current Solicitation Number W9123619B0025 was previously attached to Sources Sought under Number W9123619R0020 due to Administrative change. All description(s) and contract requirements remain the same. Solicitation Number W9123619B0025 is the solicitation number to submit your bids. THIS PROCUREMENT IS A 100% SMALL BUSINESS SET-ASIDE Project Description The Oyster Point Upland Placement Site Refurbishment, located in North Hampton County, VA consists of site refurbishments at the Oyster Channel Upland Dredge Material Placement Site. Site refurbishments include the grading and raising of the perimeter containment dikes and associated work to include: site clearance, the demolition of existing spillbox, installation of new spillbox, maintenance of haul roads and work areas, landscaping, and site restoration. The Contractor shall be responsible for accomplishing an as-built topographic survey in support of work acceptance and final quantities and payment. All fill material for the dike raising will be government supplied from on-site borrow sources. Total fill volume is not expected to exceed 50,000 cubic yards. Construction techniques and equipment must accommodate soft and wet subsurface and fill soil conditions with high susceptibility to rapid and long-term settlements under instantaneous and sustained loading conditions. The effort will be solicited and awarded initializing the Sealed Bid procedures under FAR part 14. In order to be found responsible, the apparent low bidder must demonstrate their past experience in all defined criteria. 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. For the contract bid items, begin performance within 15 calendar days and complete all work within 120 calendar days of receipt of Notice to Proceed (NTP). The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (FBO) www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Liquidated Damages Liquidated damages will be assessed in the amount of $900.00 for each calendar day of delay Bid Acceptance Period 60 Calendar days Anticipated Magnitude of Job In accordance with FAR 36/ DFARs 236, the estimated construction price for this project is between $500,000 to $1,000,000. NAICS Code 237990 applies. EXCAVATION/EARTH MOVING 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, 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 https://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 https://www.sam.gov. Lack of registration in the SAM database will prevent access to FedBizOps and will make a Bidder ineligible for award. Inquires may be directed to Alexander L. Loi by email at Alexander.Loi@usace.army.mil, CC'd Eartha D. Garrett, email Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.