Dike Raising Killcohook Disposal Area

Agency: DEPT OF DEFENSE
State: New Jersey
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159750966984195
Posted Date: Jul 10, 2023
Due Date: Jul 25, 2023
Solicitation No: W912BU23R0007
Source: Members Only
Follow
Dike Raising Killcohook Disposal Area
Active
Contract Opportunity
Notice ID
W912BU23R0007
Related Notice
W912BU23R0007
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST PHILADELPHIA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 10, 2023 11:35 am EDT
  • Original Response Date: Jul 25, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1KF - MAINTENANCE OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    NJ
    USA
Description

This is a Pre-solicitation Notice (Synopsis) and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.





The Army Corps of Engineers, Philadelphia District, intends to issue a Request for Proposal (RFP) for one (1) Firm Fixed Price Construction Contract. Contract work consists of a large-scale earthwork project to construct approximately 15,000 linear feet of earthen embankments at Cell 1 of the Killcohook Dredged Material Placement Facility (DMPF) adjacent to the Delaware River in Salem County, NJ. Approximately 500,000 cubic yards of dredged materials must be moved from within the approximately 300-acre site, compacted in lifts and final graded to meet the lines and grades required. Some of the embankments will include geogrid reinforcement. Significant experience and expertise with large scale earthwork projects and access to a significant amount of earthmoving equipment and labor will be required to complete all work within an 18-month period of performance. The soils that comprise the available dredged materials are predominately fine-grained in nature (i.e., contain silts and clays of low and high plasticity), with some sand and gravel in limited areas. As such, these soils are highly susceptible to changes in moisture content which may limit construction activities during periods of wet or freezing weather. Contractor must be able to deal with problems that include seepage of water into excavations, softening of exposed subgrade soils, loss of soil shear strength, etc. It is anticipated that the existing dredged material proposed to construct the dikes will require consistent and active moisture conditioning to achieve a moisture content near or at optimum to achieve the specified compaction requirements. Consequently, prudent earthwork techniques such as disking, stockpile management, aeration, promoting positive drainage, limiting construction traffic and allowing for drying days must be utilized to facilitate fill placement and compaction activities. It should be anticipated that protection of exposed excavation subgrades will need to be exercised to minimize disturbance. The contract documents will include available date from the latest subsurface investigations and associated geotechnical laboratory testing. A licensed Geotechnical Engineer will be required for the evaluation of this data and assistance in preparation of bid documents as well as work plans that will be required of the successful bidder. The work will also require the installation of three steel sluice structures and associated 30-inch steel outfall pipes for site drainage. The sluice structures and pipes will be provided as Government Furnished Materials.





The contract duration for construction is anticipated at approximately 550 calendar days. In accordance with FAR 36.204 and DFARS 236.204, the Magnitude of Construction for this project is between $10,000,000 to $25,000,000. The NAICS Code for this project is 237990 and the small business size standard is $37 million.





Solicitation No. W912BU23R0007 is anticipated to be issued on or about August 08, 2023, as a small business set aside procurement. The Government intends to award a firm fixed price contract to the responsible offeror whose proposal conforms to the terms of the RFP notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through the Best Value Trade-off process (FAR 15.101-1). Offerors should review the entire solicitation once it is posted. Information within this presolicitation notice is subject to change.





The clauses at FAR 52.236-2, Differing Site Conditions and 52.236-3, Site Investigations and Conditions Affecting the Work will be included in the solicitation and contract award. Accordingly, offerors are urged to inspect the site where the work will be performed.





Bonding will be required at the time of proposal submission, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. Any contract awarded from the solicitation will contain Liquidated Damages, FAR 52.211-12 – Liquidated Damages - Construction, and the amount will be published with the solicitation.





Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors may register for SAM online at www.sam.gov or by calling 1-836-606-8220.





The solicitation is anticipated to be issued and provided in an electronic format, free of charge, in Procurement Integrated Enterprise Environment (PIEE) Solicitation System.



To familiarize vendors with the system, please go to:

https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml



The vendor PIEE registration guide is available at:

https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml


Attachments/Links
Contact Information
Contracting Office Address
  • 1650 ARCH STREET 7TH FLOOR
  • PHILADELPHIA , PA 19103-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Feb 28, 2023[Sources Sought (Original)] Dike Raising Killcohook Disposal Area
Aug 8, 2023[Solicitation (Original)] Dike Raising Killcohook Dredged Material Placement Facility
Aug 16, 2023[Solicitation (Updated)] Dike Raising Killcohook Dredged Material Placement Facility
Aug 30, 2023[Solicitation (Updated)] Dike Raising Killcohook Dredged Material Placement Facility
Sep 1, 2023[Solicitation (Updated)] Dike Raising Killcohook Dredged Material Placement Facility
Sep 7, 2023[Solicitation (Updated)] Dike Raising Killcohook Dredged Material Placement Facility
Sep 12, 2023[Solicitation (Updated)] Dike Raising Killcohook Dredged Material Placement Facility

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 >