Search Contract Opportunities

Channel to Newport News (CNN) and Norfolk Harbor Inner Channels (NHIC) Deepening project located in Hampton Roads, Virginia   6

ID: W9123622B5000 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

W9123622B5000: Norfolk Harbor and Channels Navigation Improvement, Inner Channels Deepening, for the U.S. Army Corps of Engineers (USACE) Civil Works Program, Virginia.

THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A SOLICITATION. DO NOT SUBMIT BIDS OR QUESTIONS IN RESPONSE TO THIS NOTICE.

The IFB and accompanying documents will be issued electronically and will be uploaded to the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/ on or about 19th of April, 2022 The solicitation is anticipated to be posted for 30 calendar days.

THIS ACQUISITION IS AN UNRESTRICTED SOLICITATION

The U.S. Army Corps of Engineers, Norfolk District intends to issue an Invitation for Bids (IFB) for the acquisition of new work dredging for Channel to Newport News (CNN) and Norfolk Harbor Inner Channels (NHIC) Deepening Project, located in Hampton Roads, Virginia. This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures.

DESCRIPTION OF WORK

Required work includes maintenance and deepening (New Work) dredging by hydraulic cutter-head dredge and potential clean-up operations with a mechanical dredge, in Channel to Newport News and the inner channels of the Norfolk Harbor. The Norfolk Harbor elements will include Channel to Newport News and Norfolk Harbor Channel (Portions of Norfolk Harbor Entrance Reach, Sewells Point to Lamberts Bend). These segments are being deepened to a required depth of -55 feet Mean Lower Low Water (MLLW). No widening or other channel framework modifications are proposed at this time. One foot of advance maintenance and one foot of allowable overdepth dredging will be considered as part of the contract dredging pay prism.

Dredged material generated by the project is expected to be placed at Craney Island Dredged Material Management Area (CIDMMA). Dredging is estimated to generate approximately 2.7 MCY of pay volume for Channel to Newport News and 7.3 MCY of pay volume for the Inner Channels work.

The Contractor shall be responsible for the following: dredging within the designated areas to the proposed required and allowable pay depths, earthwork (spur and containment dike construction and management), discharging the material in the designated Government-furnished placement site, properly operating and maintaining the spillways within the CIDMMA, ensuring effluent water leaving the CIDMMA meets State water quality requirements, and communicating with the Port of Hampton Roads maritime users to minimize impacts to vessel traffic, adjacent utilities, and dredging operations.

CONSTRUCTION TIME

For the SCHEDULE I BASE BID items (CLINs 0001, 0002 and 0003), begin performance within 20 calendar days from issuance of the NTP . The Schedule I work will be issued a NTP within 10 calendar days from award upon receipt and acceptance of the payment and performance bonds and should be completed within 200 calendar days from the issuance of the NTP. The Schedule II work will be issued a NTP after the completion of the Schedule I work, and begin performance approximately 20 days after the issuance of this second NTP.

For the SCHEDULE I BASE + OPTION BID items (CLINs 1001, 1002, 1003 and 1004), begin performance within 20 calendar days from issuance of the first NTP and complete all work with 270 calendar days from issuance of the first NTP.

For the SCHEDULE II BASE BID items (CLINs 2001 and 2002), begin performance within 20 calendar days from issuance of the second NTP and complete all work with 270 calendar days from issuance of the second NTP.

For the SCHEDULE II BASE + FIRST OPTION BID items (CLINs 2001, 2002 and 2003), begin performance within 20 calendar days from issuance of the second NTP and complete all work with 360 calendar days from issuance of the second NTP.

For the SCHEDULE II BASE + FIRST + SECOND OPTION BID items (CLINs 2001, 2002, 2003 and 2004), begin performance within 20 calendar days from issuance of the second NTP and complete all work with 480 calendar days from issuance of the second NTP.

BIDDER INSTRUCTIONS

The requirement will be a Full and Open Competition Solicitation. In accordance with DFARS Part 236.204, the estimated Magnitude of Construction for this project is between $25,000,000.00 and $100,000,000.00. The applicable North American Industry Classification System (NAICS) Code is 237990 Dredging and Surface Cleanup Activities, with a Small Business size standard of $30 Million.

Contractors will be required to submit bid bonds with submittals. Payment and performance bonds will be required within 10 calendar days from contract award.

In accordance with FAR Part 9.104 and 9.106, contractor responsibility will be determined prior to award by the Contracting Officer through the performance of a Pre-Award Survey or utilizing information from a previous pre-award survey and/or any performance data available. The apparent low bidder may be required to show that he has the necessary capital, experience, and owns or can procure the necessary plant or other resources to commence the work at the time prescribed in the specifications and thereafter to prosecute and complete the work safely and satisfactorily within the time specified. The below Pre-Award Survey Information will be requested of the apparent low offeror. This information is not required to be responsive to the Invitation for Bid.

  1. Current commitments and expected dates of completion.
  2. One (1) signed bank reference demonstrating adequate financial resources. If bidder's firm has a line of credit provide information on how many figures bidder can borrow against the line of credit (i.e. medium 6 figures exact line of credit is not required).
  3. The bidder shall provide the latest three (3) complete fiscal year financial statements for the prime contractor, certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the bidder.

The Government intends to award a Firm-Fixed Priced contract to the responsible bidder whose bid conforms to the terms of the solicitation, is determined fair and reasonable, and offers the best overall value to the Government as determined through the IFB, Sealed Bid process.

This notice does not constitute an invitation for bid. The IFB and accompanying documents will be issued electronically and will be uploaded to the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/ on or about 19th of April, 2022. Notification of any changes to this pre-solicitation will only be made on this website. Therefore, it is the offerors responsibility to check the website regularly for any posted changes to the pre-solicitation notice. Telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring at https://piee.eb.mil/ to respond to the solicitation and any amendments or other information regarding this acquisition.

IT IS THE SOLE RESPONSIBILITY OF THE BIDDER TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. 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 beta.SAM.gov. It is incumbent upon vendors to monitor beta.SAM.gov 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 beta.SAM.gov and will make a bidder ineligible for award. Representations and Certifications Applications apply to this solicitation and may be completed online via the SAM.gov website.

Inquiries may be directed to Ms. Stormie Wicks at Stormie.B.Wicks@usace.army.mil and copy Mrs. Eartha Garrett at Eartha.D.Garrett@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.

Overview

Response Deadline
April 22, 2022, 9:00 a.m. EDT Past Due
Posted
April 8, 2022, 7:54 a.m. EDT
Set Aside
None
Place of Performance
Virginia Beach, VA 23464 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
66%
On 4/8/22 USACE Norfolk District issued Presolicitation W9123622B5000 for Channel to Newport News (CNN) and Norfolk Harbor Inner Channels (NHIC) Deepening project located in Hampton Roads, Virginia due 4/22/22. The opportunity was issued full & open with NAICS 237990 and PSC Y1KF.
Primary Contact
Name
Stormie S. B. Wicks   Profile
Phone
(757) 201-7215

Secondary Contact

Name
Eartha Garrett   Profile
Phone
(757) 201-7131

Documents

Posted documents for Presolicitation W9123622B5000

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W9123622B5000

Award Notifications

Agency published notification of awards for Presolicitation W9123622B5000

Contract Awards

Prime contracts awarded through Presolicitation W9123622B5000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9123622B5000

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9123622B5000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NORFOLK
FPDS Organization Code
2100-W91236
Source Organization Code
100221786
Last Updated
May 22, 2022
Last Updated By
stormie.b.wicks@usace.army.mil
Archive Date
May 22, 2022