Search Contract Opportunities

FY24 Craney Island Earthwork IDIQ   6

ID: W9123624B5001 • Type: Sources Sought • Match:  100%
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
Draft a sources sought response template for 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

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME.

The purpose of this Sources Sought Notice is to identify qualified and experienced large and small businesses that are interested in and capable of performing the work described herein. This notice is posted as a market research tool only. The Government will utilize this information in determining an acquisition strategy. If you are a small business, please state all of the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service-Disabled Veteran Owned Small Business, Woman Owned, and small businesses. This Sources Sought Notice is for firms with a North American Industry Classification System (NAICS) Code 237990 Other Heavy and Civil Engineering Construction. Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $45,000,000.00.

In accordance with DFARs 236, the estimated construction price range for this project is between $25,000,000.00 and $100,000,000.00. It is anticipated that the total contract award will not exceed $50M over the contract period. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.

Description of Work

The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing site maintenance and improvements at CIDMMA. CIDMMA is a confined upland dredge material placement site located in Portsmouth, Virginia, adjacent to the Port of Hampton Roads. Work activities will include borrow area preparation for the purpose of dewatering saturated materials for future use, excavation, and reclamation of dredged material from prepared borrow areas, transport of reclaimed and borrowed materials, and construction of site improvement infrastructure projects with the material. The infrastructure projects on CIDMMA that may be built include, but are not limited to:

  1. Construction and maintenance of containment dikes and division dikes to a compaction performance standard with incremental vertical lifts of material.
  2. Construction of access roads within containment cells at CIDMMA.
  3. Placement of reclaimed material as overburden for the purpose of consolidation of saturated materials.
  4. Placement of reclaimed material as stockpile.
  5. Excavation of saturated dredged material from around and within existing spillways for the purpose of maintenance of spillway components and structures.
  6. Excavation and maintenance spillway effluent discharge pipes, outfalls, and aprons.
  7. Steel and Concrete repair at the spillbox structures
  8. Replacement of weir boards and repositioning of the gangways at the spillbox structures

Contractor shall be responsible for before and after topographic surveys of the dike raising areas. All reclaimed material for the earthwork site improvements will be government supplied from on-site borrow sources. Total material volume placed is not expected to exceed 1,000,000 cubic yards per contract year. 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.

Construction Time

The anticipated solicitation issuance timeframe will be in November 2023. The estimated award timeframe will be in February 2024.

Services to perform this work will be procured through an Indefinite Delivery Indefinite Quantity (IDIQ) Contract which will be a three-year contract. Task Orders under the IDIQ contract will be issued in accordance with site improvement needs and multiple task orders are expected to be issued during the contract period. The official synopsis citing the solicitation number will be issued on the System for Award Management website (Sam.gov) which will invite firms to register electronically to receive a copy of the solicitation when it is issued.

Definitive Responsibility Criteria

This requirement will use Definitive Responsibility Criteria (DRC) which are specific and objective standards established to inform the Contracting Officer. in accordance with FAR 9.104-2. These criteria will be used to assess whether the apparent low bidder can demonstrate the expertise and specialized facilities needed for adequate contract performance. The inability of a contractor otherwise eligible for award to demonstrate minimally acceptable experience as measured by the DRC may result in the Contracting Officer determining the contractor is not responsible.

The Definitive Responsibility Criteria will be developed to assess the following work items. The below DRC language is for informational purposes only. Information pertaining to the Contractor's DRC is required at time of BID, not in response to this Sources Sought:

1) Earthwork and Dike/Berm construction:

This project requires construction and maintenance of containment dikes to retain placed dredged material within the Craney Island Dredged Material Management Area (CIDMMA). The CIDMMA consists primarily of un-drained cohesive soil conditions as described in the drawings and specification sections contained in Division 31 EARTHWORK, which will be included with the Solicitation. The Contractor shall demonstrate at least one project completed by the prime contractor, or their submitted earthwork subcontractor, in the past 5 years which involved excavation and building an earthen berm or structure upon cohesive soils.

The bidder shall provide the following:

Project number and name of agency or owner for each project provided as experience

Period of performance of the project

Brief description of the work completed and of the work completed by the bidder for each criteria

Bidders may use one or more projects to demonstrate past experience in each criteria. The same project may be used in response to multiple criteria if it meets each DRC's experience requirements

If a subcontractor will be used to complete a work component of a bidder's project experience, the bidder shall provide the following:

Name of the subcontractor

Project number and name of agency or owner for each project provided as experience

Period of performance of the project

Brief description of the work completed

Subcontractor experience will show successful completion for the time specified in each criteria

SURVEY OF THE EARTHWORK INDUSTRY

We are requesting that all interested and qualified businesses respond to this Sources Sought Notice with information which shall include, at a minimum: (1) Identification and verification of the company's large or small business status, (2) governmental CAGE Code and DUNS number, if applicable, 3) The level of performance and payment bonding capacity that the company could attain for the proposed project. (4) Descriptions of Experience Provide descriptions of your firm's past experience on projects similar in scope as outlined above to projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for projects of similar type construction involving management of multiple subcontractors.

Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information.

1. Firm's name, address, point of contact, phone number, and e-mail address.

2. Firm's level of interest in bidding on this solicitation when it is issued.

3. Firm's capacity to perform a contract of this magnitude and complexity

4. Provide examples of your capability to successfully execute this form of construction by detailing comparable work performed with brief descriptions of a minimum of three similar previous projects performed within the last 5 years (customer name, timeliness of performance, type of work, and dollar value of the project) including specify percentage and type of work that was self-performed.

5. Firm's status as either a small or large business. If firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service-Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB).

6. Firm's Existing Joint Ventures including Mentor/Prot g and teaming arrangement information.

7. Firm's governmental CAGE code and DUNS number, if applicable.

8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars)

9. A statement of the portion of this contract's work that will be self-performed and how it will be accomplished.

Please only include a narrative of the requested information. Additional information will not be reviewed.

The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electronically to email Stormie.B.Wicks@usace.army.mil and Eartha.D.Garrett@usace.army.mil.

The capability statement must be submitted no later than 12:00 NOON EST 26 JUNE 2023. Limit capability briefing package to (5) pages. This sources sought should not be construed in any manner to be an obligation of the Norfolk District, U.S. Army Corps of Engineers, to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available.

All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.

Overview

Response Deadline
June 26, 2023, 12:00 p.m. EDT Past Due
Posted
June 12, 2023, 1:37 p.m. EDT
Set Aside
None
Place of Performance
Portsmouth, VA United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
43%
Vehicle Type
Indefinite Delivery Contract
On 6/12/23 USACE Norfolk District issued Sources Sought W9123624B5001 for FY24 Craney Island Earthwork IDIQ due 6/26/23. The opportunity was issued full & open with NAICS 237990 and PSC Y1KF.
Primary Contact
Name
STORMIE WICKS   Profile
Phone
None

Secondary Contact

Name
Eartha Garrett   Profile
Phone
(757) 201-7131

Documents

Posted documents for Sources Sought W9123624B5001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W9123624B5001

Award Notifications

Agency published notification of awards for Sources Sought W9123624B5001

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W9123624B5001

Contract Awards

Prime contracts awarded through Sources Sought W9123624B5001

Incumbent or Similar Awards

Contracts Similar to Sources Sought W9123624B5001

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9123624B5001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9123624B5001

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
July 11, 2023
Last Updated By
stormie.b.wicks@usace.army.mil
Archive Date
July 11, 2023