FY25 Eagle Island Cell 2 Improvements

Agency:
State: North Carolina
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159011638543881
Posted Date: Mar 11, 2024
Due Date: Mar 25, 2024
Source: Members Only
Follow
FY25 Eagle Island Cell 2 Improvements
Active
Contract Opportunity
Notice ID
W912PM24B0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST WILMINGTON
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 11, 2024 12:39 pm EDT
  • Original Response Date: Mar 25, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1KF - MAINTENANCE OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    NC
    USA
Description

W912PM24B0009



SOURCES SOUGHT NOTICE



FOR



FY25 EAGLE ISLAND CELL 2 IMPROVEMENTS



BRUNSWICK COUNTY, NC



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.



The project includes work at Cell 2 of the Government owned Eagle Island Disposal Area. The main features of work include ditching, draining, and dewatering of the interior of the Eagle Island Cell 2 disposal area, raising approximately 2,000 linear feet of the west portion of Cell 2 to EL. 46 feet NAVD88, and raising a few bents of the timber cribbing structures associated with the outfall pipe for spillway 4. The west portion of Cell 2 that will be raised has approximate crest heights ranging from approximately EL. 37 feet NAVD88 to approximately EL. 45 feet NAVD88 and corresponds with approximate Stations 190+00 to 210+00. The existing coffer berms around spillways 4 and 5, as well as the interior of Cell 2, can be used as borrow for raising the west portion of the dike to EL. 46 feet. Excavation of a sump in front of spillways 4, 5, and 6 in Cell 2 may be required so that the cell can drain. The coffer berms will need to be removed prior to the excavation of the sump in front of spillway 4, 5, and 6. Pumping of water in the cell will be required to accelerate the dewatering process. Due to the high water table and soft soil conditions, equipment suitable for wetland or marsh conditions or the use of mats to support the equipment will be required. Any vegetation present within Cell 2 will need to be cleared during the ditching operations. Construction and restoration of any necessary access ramps used to provide equipment access inside the Cell 2 disposal area will be the Contractor's responsibility.



All interested firms with 237990 as an approved NAICs code have until 25 March 2024 at 1600 EST 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) in the area of General Construction Earthwork. The contractor must provide evidence of comparable work on three (3) recent projects greater than $1,000,000.00 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, 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.



- 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 estimated magnitude of this project is between $1,000,000 and $5,000,000. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the size standard is $45.0 Million.



Responses to this Sources Sought Announcement will be used by the government to make appropriate acquisition decisions. All interested businesses, regardless of size should submit a narrative demonstrating their Specialized Experience in similar type contracts, Past Performance, Key Personnel. Capability statements should include size/classification of your firm, bonding capacity, bonding availability, details of similar projects, and the completion dates, references and contract amounts for the similar projects listed.



Narratives shall be no longer than 30 pages. The requested information shall be submitted electronically to:



U.S. Army Corps of Engineers



Attn: Rosalind M. Shoemaker and Terri M. Adams



E-mail: rosalind.m.shoemaker@usace.army.mil and terri.m.adams@usace.army.mil



The email should be titled: FY25 Eagle Island Cell 2 Improvements



THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH.



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.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 69 DARLINGTON AVENUE
  • WILMINGTON , NC 28403-1343
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 11, 2024 12:39 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >