Similar Projects
Community Center Building HVAC Installation - Town of Blacksburg
Renovation, Infrastructure
Conception
$1,201,500 CJ est. value
Blacksburg, VA 24060

Clay Street Sidewalk and Roadway Improvements - Town of Blacksburg
Infrastructure
Conception
$2,791,500 CJ est. value
Blacksburg, VA 24060

Chenman - Phase II
New Construction, Infrastructure - 81,650 SF
Design
$16,000,000 CJ est. value
Norfolk, VA 23517

Legacy on South Main
New Construction, Infrastructure
Design
$20,000,000 CJ est. value
Blacksburg, VA 24060

Campus Wide Stormwater BMP Improvements
Infrastructure
Bidding
$300,000 CJ est. value
Norfolk, VA 23504

Aircraft Maintenance Hangar and Airfield Improvements
New Construction, Infrastructure - 78,000 SF
Bidding
$100,000,000 CJ est. value
Norfolk, VA 23511

New Biology Building - Old Dominion University
Demolition, LEED Certification, New Construction, Infrastructure - 160,591 SF
Post-Bid
$135,000,000 CJ est. value
Norfolk, VA 23508

Virginia State University Academic Commons Building Project
Demolition, Renovation, Infrastructure - 174,000 SF
Post-Bid
$100,000,000 CJ est. value
Petersburg, VA 23803

Harwood’s Mill Dam Improvement Project
New Construction
Results
$5,750,000 est. value
Newport News, VA

Northside PS#15 Service Area Phase IV Water and Sewer Replacement
Infrastructure, Alteration
Results
Norfolk, VA

Embody Inc Research And Development Expansion
New Construction, Infrastructure - 10,000 SF
Pending Verification
$5,000,000 CJ est. value
Norfolk, VA 23508

Attain at Newtown
New Construction, Infrastructure
Pending Verification
$158,000,000 CJ est. value
Norfolk, VA 23502

Meadowbrook Drive Trail - Town Of Blacksburg
Infrastructure
Conception
$1,750,000 CJ est. value
Blacksburg, VA 24060

Warwick Health Sciences Academy - Renovations
Renovation, Infrastructure
Design
$700,000 CJ est. value
Newport News, VA 23601

Design Bid Build (DBB) NH95 Fire Protection Repairs, Naval Support Activity Hampton Roads, Norfolk
Infrastructure, Renovation
Bidding
$100,000,000 CJ est. value
Norfolk, VA 23551

Last Updated 03/14/2023 08:06 AM
Project Title

RFQ Contractor - Phlipott Landslide Construction

Physical Address View project details and contacts
City, State (County) Bassett, VA 24055   (Henry County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Dam/Tunnel, Site Development, Storm/Sewers
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected January 2024
Bids Due View project details and contacts
Estimated Value $10,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

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 seeking information regarding the capability and availability of qualified contractors to construct or otherwise implement hillslope stabilization along the southern hillslope abutment of Philpott Dam (Figure 1, attached), in response to recent landslide activity. Work will include steep slope areas (roughly 1.2 H: 1.0 V), with a length of about 420 ft. (cross-slope), a width of around 270 ft. (downslope) and a height of about 185 ft. These measures may include, but may not be limited to: construction of erosion and sedimentation control measures; removal and disposal of soil and large woody vegetation; rock scaling; rock anchor installation and stressing; wire mesh slope drape installation and anchoring; rock fall catchment or barrier installation; gabion, concrete block, or pile and lagging wall construction; rock (rip rap) lining or buttress installation; development of reinforced soil zones or mechanically stabilized earth walls; roadway grading, draining, and surfacing; site utilities modifications; vegetation planting; and site fencing. The contractor shall note that designs comply with all the requirements of the Clean Air Act, as amended; the Federal Water Pollution Control Act, as amended; and the Safe Drinking Water Act. The Government is requesting information from interested and capable sources for the purpose of identifying sources that can meet the Government's requirement and help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award as a firm fixed priced contract and will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The responses are for informational purposes only and do no obligate the Government or Contractor in any way. The magnitude of construction for this project will be more than $10,000,000.00. All interested firms with 237990 as an approved NAICs code have until 20 JAN 2023 at 1700 to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Record to included DUNS Number and CAGE Code - 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. - Technical Capability - Offeror shall provide a capabilities statement and documentation supporting personnel qualifications to demonstrate technical capabilities in performing the work in accordance with the specifications of this requirement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, offeror shall address the administrative and management structure of such arrangements. - Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. Projects greater than $150,000 in value, involving landslide construction, heavy and civil engineering construction projects similar to this requirement will be considered relevant past performance. - 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/protege and/or JV with a large business both team members must sign. 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 requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Ed Boddie and/or Troy Small E-mail: edward.a.boddie@usace.army.mil and/or troy.d.small@usace.army.mil The email should be titled: Philpott Landslide Repairs - Sources Sought 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. The method of contractor selection has not been determined at this time.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Subgrade Preparation, Excavation, Shoring, Tunneling and Mining, Tunnel Excavation.
Division 33 - Utilities, Storm Drainage Utilities, Storm Utility Drainage Piping, Storm Utility Water Drains, Storm Drainage Structures.
Division 35 - Waterway and Marine Construction, Dam Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents