Search Contract Opportunities

Mid Chesapeake Bay Island Ecosystem Restoration Phase 2 Stone Structures and Features   5

ID: W912DR24B0002 • 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

SOLICITATION NO. W912DR24B0002

PROCUREMENT TYPE: Pre-Solicitation Notice

TITLE: Mid Chesapeake Bay Barren Island Restoration Project Barren Island Restoration Phase 2 Stone Structures & Features

Classification Code: Y - Construction of Structures and Facilities

This proposed procurement is Full and Open Competition; NAICS 237990 "Other Heavy and Civil Engineering Construction" with a size standard of $45,000,000.00.

Project Description: The USACE Baltimore District intends to solicit for and award a Design-Bid-Build Construction Contract for the Restoration of Barren Island. Barren Island is an ecosystem restoration project (part of the Mid-Chesapeake Bay Island Ecosystem Restoration project, commonly referred to as Mid-Bay) located in the middle Chesapeake Bay in Dorchester County, Maryland, approximately 72 miles south-southeast of the Port of Baltimore and two miles west of Hoopers Island. The proposed project will be a competitive, firm-fixed-price contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB).

This contract will include the construction of multiple features at Barren Island that facilitate the restoration efforts: (1) Construction of two bird islands adjacent to the existing island and connected to the breakwater; (2) removal of unsuitable foundation materials adjacent to the northeast corner of the existing island; (3) placement of suitable materials in the excavation of the unsuitable materials in the northeast corner of the existing island from a nearby borrow area; (4) construction of stone sill structures on top of the placed suitable materials adjacent to the northeast corner of the existing island; (5) modification of the existing sill to incorporate materials to limit material egress from the site; (6) installation of geotextile structures filled with suitable materials from a nearby borrow area; (7) design and installation of spillway structures; and (8) excavation of material from the Honga & Tar Bay federal navigation channel and placement within a contained area adjacent to Barren Island.

All construction work will be performed from the water; no heavy equipment will be allowed to be placed on the island nor will any soil disturbance that cannot be stabilized the same day will be permitted on the island. The contractor must supply all necessary labor, equipment, materials, utilities, and transportation to construct this project. The magnitude of construction is between $25,000,000.00 and $100,000,000.00. Construction duration is approximately 24 months from Notice to Proceed.
Additional information in accordance with the Scope of Work will be included in the Request for Proposal (RFP) package.

This will be an invitation for bid process. An award will be made to the Offeror whose proposal is determined to be the lowest priced to the Government. It is anticipated that the solicitation be released on or about 03 May 2024 with proposals due on or about 03 June 2024.

The solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of the SAM.gov system. To familiarize vendors with the system, please go to https://www.SAM.gov. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper format.

Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (237990) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.

Overview

Response Deadline
April 25, 2024, 11:00 a.m. EDT Past Due
Posted
April 10, 2024, 11:50 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fishing Creek, MD 21634 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
53%
Signs of Shaping
78% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/10/24 USACE Baltimore District issued Presolicitation W912DR24B0002 for Mid Chesapeake Bay Island Ecosystem Restoration Phase 2 Stone Structures and Features due 4/25/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237990 (SBA Size Standard $45 Million) and PSC Y1KF.
Primary Contact
Name
Aisha Boykin   Profile
Phone
(410) 962-4978

Secondary Contact

Name
Nicole Brookes   Profile
Phone
(410) 962-2935

Documents

Posted documents for Presolicitation W912DR24B0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DR24B0002

Award Notifications

Agency published notification of awards for Presolicitation W912DR24B0002

Contract Awards

Prime contracts awarded through Presolicitation W912DR24B0002

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912DR24B0002

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DR24B0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DR24B0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST BALTIMORE
FPDS Organization Code
2100-W912DR
Source Organization Code
100221492
Last Updated
May 10, 2024
Last Updated By
aisha.r.boykin@usace.army.mil
Archive Date
May 10, 2024