Similar Projects
Construct Norview Elementary School - City of Norfolk
New Construction, Infrastructure
Conception
$35,500,000 CJ est. value
Norfolk, VA 23510

Rehabilitate Berkley Avenue Bridge - City of Norfolk
Infrastructure
Conception
$6,000,000 CJ est. value
Norfolk, VA 23523

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

Apartments / Norfolk
New Construction, Infrastructure, Alteration
Design
$35,000,000 est. value
Norfolk, VA 23518

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

Meadowbrook Neighborhood Backyard Sewer Replacement Phase 1
Infrastructure
Bidding
$400,000 CJ est. value
Norfolk, VA 23505

RFQ Contractor - Phlipott Landslide Construction
Infrastructure
Post-Bid
$10,000,000 CJ est. value
Bassett, VA 24055

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Pier 11 South Berth Expansion and Maintenance Dredging
Term Contract, Alteration
Results
$10,000,000 est. value
Norfolk, VA 23511

Merry Point Dock Pile Installation
Infrastructure
Results

Perry Glass Studio at Chrysler Museum of Art Addition
Addition, Infrastructure - 22,112 SF
Construction
$12,000,000 CJ est. value
Norfolk, VA 23510

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

Improve Park Place Drainage - City of Norfolk
Infrastructure
Conception
$7,200,000 CJ est. value
Norfolk, VA 23510

Hurrah Players' Theater Addition - Hugh Copeland Center / Norfolk
Addition, Demolition, Renovation, Infrastructure
Design
$2,000,000 CJ est. value
Norfolk, VA 23510

Last Updated 06/06/2023 05:18 AM
Project Title

Pier Repairs, Fort Norfolk

Physical Address View project details and contacts
City, State (County) Norfolk, VA 23510   (Norfolk City County)
Category(s) Heavy and Highway
Sub-Category(s) Dock/Pier/Marine, Site Development
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected September 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 07/29/22
Owner View project details and contacts
Architect View project details and contacts
Description

https://www.nao.usace.army.mil/Media/Public-Notices/Article/3245073/draft-environmental-assessment-fort-norfolk-pier-rehabilitation-and-expansion-p/ - The U.S. Army Corps of Engineers, Norfolk District (Corps) has conducted an environmental analysis in accordance with the National Environmental Policy Act of 1969, as amended. The final Integrated Environmental Assessment (EA) dated 14 December 2022, for the Fort Norfolk Pier Rehabilitation and Improvements Project addresses modifying the existing pier to allow for the safe mooring of three (3) 65 feet (ft) vessels at Fort Norfolk and protecting the mooring location from wave action and severe storm events in Norfolk, Virginia. The purpose of the project is to modify the existing pier to allow for the safe mooring of three (3) 65 feet (ft) vessels at Fort Norfolk and protect the mooring location from wave action and severe storm events. Currently, the existing pier is not an adequate mooring location in moderate to severe weather situations especially in conjunction with simultaneous high tides. The vessels are relocated to other facilities during these storm events due to the current state of the pier. As a result, the vessels may not be able to access the port for multiple days before or after a storm event, preventing the USACE from performing crucial port and channel work, including aid to navigation verification, hydrographic surveys, and debris collection and removal required for maintaining navigable waterways. Three USACE vessels shall be moored during storm events: The Ewell (61 ft survey catamaran) The Adams (65 ft survey boat, monohull) The Harrell (56 ft patrol boat) The proposed mooring options shall be sized to adequately accommodate the above listed vessels. For regular pier berthing and mooring operations, two additional USACE or one US Navy (approximately 104 ft) vessel(s) may be moored along the south side of the pier. The proposed action accounts for five total vessels to be moored, with only the above specified (three USACE) vessels during storm events. The Final EA, incorporated herein by reference, evaluated two action alternatives that would allow for the safe mooring of vessels and protect the mooring location. The proposed action includes: Constructing a floating dock and two floating dock fingers; Constructing a steel breakwater wave screen to the west and perpendicular to the pier; Constructing a timber wave fence on the existing timber fender; Adding a boat lift for a Boston whaler, a new sanitary pump out station, and new utilities; Raising the existing pier deck. In addition to a no action alternative, two action alternatives were evaluated (action alternative 1 and the proposed action). Action alternative 1 included construction and installation of concrete floating docks, a wave screen, a new gangway, and new utilities in the south basin. Only those actions that provided the best protection with the least environmental impacts for the longest lifespan and within a reasonable budget were carried forward in the analysis in Section 3. Action alternative 1 was eliminated from further consideration because it did not meet these criteria (see Section 2.4 of the final EA). The final alternatives for evaluation included the no action alternative and the proposed action. All practicable and appropriate means to avoid or minimize adverse environmental effects were analyzed and incorporated into the proposed action. Avoidance and minimization measures as detailed in the EA will be implemented, if appropriate, to minimize impacts. The following avoidance and minimization measures would be implemented to the maximum extent practicable to minimize impacts when applicable: "Soft-start" protocols will be followed for pile-driving. Contractors may implement additional noise attenuation measures for the 8 steel piles requiring impact hammering, such as cushion blocks or air bubble curtains. Construction crews at the project sites would be required to comply with all applicable laws regarding noise, including any potential time of day restrictions and maximum decibel levels. The project was designed to use the absolute minimum quantity of new pilings to support the improvements. A 3 feet-high opening will be constructed at the base of the wave screen and wave fence to minimize sedimentation. Solid waste will be in alignment with materials accepted by the chosen facility and the Resource Conservation and Recovery Act. A zone of passage with appropriate habitat greater than 50% of the water body will be maintained to allow for safe passage of Endangered Species Act (ESA)-listed species. Turbidity curtains, cofferdams, or other methods to control turbidity will be required when operationally feasible. Project vessels operating within the action area will be limited to speeds below 10 knots. A 1,500-feet buffer between project vessels and ESA-listed whales and a 150-feet buffer between project vessels and sea turtles will be maintained. No compensatory mitigation is required as part of the proposed action. Public review of the draft EA and FONSI was completed on 13 January 2023. All comments submitted during the public review period were responded to in the Final EA and FONSI. Pursuant to section 7 of the ESA of 1973, as amended, the U.S. Army Corps of Engineers determined that the proposed action may affect but is not likely to adversely affect the following federally listed species or their designated critical habitat: Atlantic sturgeon, shortnose sturgeon, loggerhead sea turtles, Kemp's ridley sea turtles, green sea turtles, or leatherback sea turtles. The National Marine Fisheries Service (NMFS) concurred with the Corps' determination on 8 February 2022. Pursuant to section 106 of the National Historic Preservation Act of 1966, as amended, the U.S. Army Corps of Engineers determined that historic properties would not be adversely affected by the proposed action. The Virginia Department of Historic Resources concurred with the determination on 14 June 2022. Pursuant to the Clean Water Act of 1972, as amended, the U.S. Army Corps of Engineers determined there will be no Section 404 or 401 fill with the proposed action as this project does not involve point source discharges into state waters, is not subject to Section 402, and therefore will be regulated solely under Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. 403). This determination was included in the Federal Consistency Determination. The Virginia Department of Department of Environmental Quality concurred with this determination on 19 October 2022. A determination of consistency with the Virginia Coastal Zone Management Program pursuant to the Coastal Zone Management Act of 1972 was obtained from the Virginia Department of Environmental Quality on 19 October 2022. All conditions of the consistency determination shall be implemented in order to minimize adverse impacts to the coastal zone. All applicable environmental laws have been considered and coordination with appropriate agencies and officials has been completed. Pursuant to the Magnuson-Stevens Fishery Conservation and Management Act, coordination was completed with NMFS regarding the potential for temporary, minor adverse effects to Essential Fish Habitat for various life stages of ten fish species that may be present in the vicinity of the project site. The NMFS concurred with the Corp's determination that the project will not substantially adversely affect EFH on 3 March 2022. Technical, environmental, and economic criteria used in the formulation of alternative plans were those specified in the Water Resources Council's 1983 Economic and Environmental Principles and Guidelines for Water and Related Land Resources Implementation Studies. All applicable laws, executive orders, regulations, and local government plans were considered in evaluation of alternatives. Based on this report, the reviews by other Federal, State and local agencies, Tribes, input of the public, and the review by my staff, it is my determination that the proposed action would not cause significant adverse effects on the quality of the human environment; therefore, preparation of an Environmental Impact Statement is not required. ___________________________________________________________________ This is a Sources Sought notice only; it is not a request for competitive proposals. There are no solicitation, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE 237990. Project Description: The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for repairs to the District's pier and boat ramp located at 803 Front Street, Norfolk, Virginia 23510. Repairs include construction of cathodic protection concrete encasement on existing structural pilings, installation of steel reinforcement and cast-in-place concrete repairs to existing structural piles. The repair project will also include repairs to spalling on concrete boat ramp adjacent to the main pier. The Contracting Officer has classified this requirement as Other Heavy and Civil Engineering--North American Industry Classification System (NAICS) code 237990. The small business size standard is $39.5 million. The construction period of performance will be approximately 60 calendar days from Notice to Proceed (NTP). General Information: The project will be solicited with Definitive Responsibility Criteria (DRC). These criteria are specific and objective standards established by an agency as a precondition to award which are designed to measure a prospective contractor's ability to perform the contract. In order to be found responsible, the apparent low bidder must demonstrate their past experience with defined work criteria. The three DRAFT criteria are: 1) Fabrication of Concrete Structures, 2) Marine Construction Experience 3) Underwater Cathodic Protection Experience. Criteria 1: Fabrication of Concrete Structures: Bidder shall provide three examples of completed contracts performed in the last five years fabricating concrete structures comparable to those specified at a production rate comparable to what will be required in this contract. Criteria 2: Marine Construction Experience: Bidder shall provide three examples of completed contracts performed in the last five years involving construction in a marine setting comparable to what will be required in this contract. Criteria 3: Underwater Cathodic Protection Experience: Bidder shall provide three examples of completed contracts performed in the last five years involving installation of cathodic protection systems on concrete underwater structures comparable to what will be required in this contract. The Government anticipates that the prime contractor may subcontract portions of the work. Accordingly, the Definitive Responsibility Criteria may be met through the experience of a subcontractor provided that an unequivocal commitment of the subcontractor is provided in writing conditioned only on the prime contractor being awarded the contract. The Government encourages your comments and feedback on these DRC. It is anticipated that the Government will issue a firm fixed price contract. We are requesting that all interested and qualified small businesses respond to this sources sought notice with a capability statement not to exceed five (5) double-sided pages. At a minimum, the statement shall include: a. Offeror's name, address, point of contact, phone number, and e-mail address. b. Offeror's Cage Code and DUNS number. c. Offeror's interest in bidding on the solicitation when it is issued. d. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in- house capability to execute construction, comparable work performed within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project); provide at least 3 examples of 100% construction complete projects and provide a client POC for each. e. Offeror's experience working with any similar projects involving marine and/or waterfront construction, including pier structural pilings and galvanic protection systems. f. A statement of the portion, by percentage, of the work that will be self-performed on this project, and how it will be accomplished; include a statement of the number of subcontractors by discipline. g. Offeror's Joint Venture information if applicable - existing and potential. h. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) i. Firm's Point of Contact, to include daytime phone number, e-mail address, role in company. j. NAICS Code: Statement of NAICS 237990 as appropriate, or a proposed NAICS that your firm feels may be more applicable. Please identify NAICS and outline why it should be used. 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 (ie, 8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned, Etc.). The order of magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this sources sought. The project is located on federal property at the Norfolk District Headquarters and areas are available for work during regular working hours (7:00am to 4:30pm) Monday through Friday. No weekend or holiday work is anticipated. Anticipated solicitation issuance date is on or about July 2022. The official synopsis citing the solicitation number will be issued on SAM (www.SAM.gov), and Solicitation will be posted on Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. All questions and correspondence shall be directed via email at Brandon.Briggs@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. All responses to this announcement may be sent electronically to Brandon.Briggs@usace.army.mil with copy furnished to Stormie.B.Wicks@usace.army.mil no later than 1:00p.m. (EST), 29 June 2022. Limit capability briefing package to 10 pages. Email is the preferred method when receiving responses to this synopsis. The official synopsis citing the solicitation number will be issued on the SAM website (www.SAM.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 35 - Waterway and Marine Construction, Common Work Results for Waterway and Marine Construction, Waterway and Marine Construction and Equipment, Marine 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