Coastal Storm Risk Management Ocean Isle Beach, NC
The U.S. Army Corps of Engineers, Wilmington District requires a contract to provide Coastal Storm Risk Management (CSRM) at Ocean Isle Beach, North Carolina, number W912PM21B0010. The work shall cons... The U.S. Army Corps of Engineers, Wilmington District requires a contract to provide Coastal Storm Risk Management (CSRM) at Ocean Isle Beach, North Carolina, number W912PM21B0010. The work shall consist of dredging, transporting, placing and shaping beach fill and performing all pre and post construction beach surveys. The borrow area for Ocean Isle Beach is located in Shallotte Inlet. The estimated beach fill quantities for Ocean Isle Beach is 450,000 CY. Optional estimated beach fill quantities for Ocean Isle Beach is 250,000 CY. All beach work will not begin until 16 November and must be completed by 31 March. Both base and optional beach fill placement for Ocean Isle Beach must be completed by 31 March. Dredging with pipeline dredges will be limited to the period of 16 November through 31 March to comply with the beach disposal window. This solicitation is UNRESTRICTED. The contract issued will be Firm Fixed Price. The Magnitude of Construction of this project is between $5,000,000 and $10,000,000. This solicitation will be issued in electronic format only and will be available on or about August 11, 2021. The bid opening date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, facsimiles, etc) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The North American Industry Classification System (NAICS) code is 237990 – Other Heavy and Civil Engineering Construction and the size standard is $30,000,000.00. Bidders must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at http://sam.gov. THE GOVERNMENT’S SAM WEBSITE DOES NOT CHARGE A FEE FOR REGISTRATION. IF YOU ARE REQUESTED TO PAY A FEE, YOU ARE NOT ACCESSING THE CORRECT WEBSITE, AND SHOULD LEAVE IT AND GO TO HTTP://SAM.GOV. In order to locate the solicitation, Contractors can go to the http://sam.gov and search for the solicitation number. Contractors can register to be put on a plan holders list that others can access. It is the Bidder’s responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Mrs. Karri L. Mares, Contract Specialist, phone 910-251-4863/email karri.l.mares@usace.army.mil or Ms. Rosalind M. Shoemaker at 910-251-4436/email rosalind.m.shoemaker@usace.army.mil.
Data sourced from SAM.gov.
View Official Posting »
Coastal Storm Risk Management Wrightsville, Carolina, Area South (Kure) and Ocean Isle Beaches, NC
SOURCES SOUGHT NOTICE FOR Coastal Storm Risk Management Wrightsville Beach, Carolina Beach, Area South (Kure Beach) and Ocean Isle Beach, N.C. USACE, Wilmington District, North Carolina This is a Sour... SOURCES SOUGHT NOTICE FOR Coastal Storm Risk Management Wrightsville Beach, Carolina Beach, Area South (Kure Beach) and Ocean Isle Beach, N.C. USACE, Wilmington District, North Carolina This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to perform dredging for this the anticipated projects. Description of Work: The work shall consist of dredging, transporting, placing and shaping beach fill and performing all pre and post construction beach surveys. The borrow area for Wrightsville Beach is located in Masonboro Inlet, the borrow area for Carolina Beach is Carolina Beach Inlet, the borrow area for Area South (Kure Beach) is Area South Offshore Borrow Area B, and the borrow area for Ocean Isle Beach is located in Shallotte Inlet. The estimated beach fill quantities for Wrightsville Beach is 740,000 CY to be placed. The estimated beach fill quantities for Carolina Beach is 900,000 CY to be placed. The estimated beach fill for Area South (Kure Beach) is 600,000 CY to be placed. The estimated beach fill quantities for Ocean Isle Beach is 500,000 CY. Optional estimated beach fill quantities for Ocean Isle Beach is 320,000 CY to be placed along 3,000 LF of beach. All beach work will not begin until 16 November and must be completed by 30 April. Optional beach fill placement for Ocean Isle Beach must be completed by 31 March. Dredging with pipeline dredges will be limited to the period of 16 November through 30 April to comply with the beach disposal window. Please note, these are only anticipated projects with estimated quantities and magnitudes. All information is for market research purposes only and is subject to change. All interested firms with 237990 as an approved NAICs code have until 7 April 2021 at 4:00 p.m. EDT to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work (i.e., complex construction projects, including secure area construction) in the area of navigation channel dredging on three (3) recent projects greater than $10,000,000.00 in value (not more than five (5) years old.) Include the project name and description of the key/salient features of the project, completion date, total contract construction value, whether it was Construction only, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. PLEASE BE SURE TO INCLUDE WHICH DREDGING PROJECTS (INLCUDE NAME AND NUMBER) YOU ARE CAPABLE TO PERFORM WITH DOCUMENTATION OF YOUR CAPABILITY. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Karri L. Mares & Rosalind M. Shoemaker E-mail: karri.l.mares@usace.army.mil & rosalind.m.shoemaker@usace.army.mil The email should be titled: CSRM for Wrightsville Beach, Carolina Beach, Area South (Kure Beach) and Ocean Isle Beach, N.C. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. SOURCES SOUGHT NOTICE FOR Coastal Storm Risk Management Wrightsville Beach, Carolina Beach, Area South (Kure Beach) and Ocean Isle Beach, N.C. USACE, Wilmington District, North Carolina This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to perform dredging for this the anticipated projects. Description of Work: The work shall consist of dredging, transporting, placing and shaping beach fill and performing all pre and post construction beach surveys. The borrow area for Wrightsville Beach is located in Masonboro Inlet, the borrow area for Carolina Beach is Carolina Beach Inlet, the borrow area for Area South (Kure Beach) is Area South Offshore Borrow Area B, and the borrow area for Ocean Isle Beach is located in Shallotte Inlet. The estimated beach fill quantities for Wrightsville Beach is 740,000 CY to be placed. The estimated beach fill quantities for Carolina Beach is 900,000 CY to be placed. The estimated beach fill for Area South (Kure Beach) is 600,000 CY to be placed. The estimated beach fill quantities for Ocean Isle Beach is 500,000 CY. Optional estimated beach fill quantities for Ocean Isle Beach is 320,000 CY to be placed along 3,000 LF of beach. All beach work will not begin until 16 November and must be completed by 30 April. Optional beach fill placement for Ocean Isle Beach must be completed by 31 March. Dredging with pipeline dredges will be limited to the period of 16 November through 30 April to comply with the beach disposal window. Please note, these are only anticipated projects with estimated quantities and magnitudes. All information is for market research purposes only and is subject to change. All interested firms with 237990 as an approved NAICs code have until 7 April 2021 at 4:00 p.m. EDT to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work (i.e., complex construction projects, including secure area construction) in the area of navigation channel dredging on three (3) recent projects greater than $10,000,000.00 in value (not more than five (5) years old.) Include the project name and description of the key/salient features of the project, completion date, total contract construction value, whether it was Construction only, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. PLEASE BE SURE TO INCLUDE WHICH DREDGING PROJECTS (INLCUDE NAME AND NUMBER) YOU ARE CAPABLE TO PERFORM WITH DOCUMENTATION OF YOUR CAPABILITY. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Karri L. Mares & Rosalind M. Shoemaker E-mail: karri.l.mares@usace.army.mil & rosalind.m.shoemaker@usace.army.mil The email should be titled: CSRM for Wrightsville Beach, Carolina Beach, Area South (Kure Beach) and Ocean Isle Beach, N.C. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
Data sourced from SAM.gov.
View Official Posting »