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

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

LF Area - Runway and Bulkhead Repairs
Infrastructure
Bidding
$100,000,000 CJ est. value
Norfolk, VA 23511

Pier Repairs, Fort Norfolk
Infrastructure
Post-Bid
$5,000,000 CJ est. value
Norfolk, VA 23510

Pier Repairs, Fort Norfolk
Infrastructure
Post-Bid
$5,000,000 CJ est. value
Norfolk, VA 23510

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 06/26/2023 03:01 AM
Project Title

RFQ Contractor - Norfolk District Pier Renovations

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 Bids by Invitation, Competitive Bids
Project Status Request for Qualifications, Construction start expected July 2024
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

W9123624B5002 PIER/RENOVATIONS, FORT NORFOLK, VIRGINIA Please note that this Sources Sought is a new Market Research effort. Projects that were previously posted as Sources Sought notices (W9123623B5011 and W9123623B5010) have been combined to form a new action. This is a Sources Sought notice only; it is not a request for competitive proposals. Only draft solicitation, specifications, and/or drawings are 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 renovations to the District's pier facility located at 803 Front Street, Norfolk, Virginia 23510. Project includes construction of a sheet pile wave screen, west of the existing main pier. The renovation project will also include installation of a timber wave screen on the south face of the existing pier. The project will also include the addition of floating dock sections with associated pilings within the basin created by installation of the wave screens. Additionally, improvements to utilities, raising the deck of the main pier, and installation of a boat lift are included in the scope of work. Dock repair work includes 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 final aspect includes repairs to the utility infrastructure on the pier and in the office, to include plumbing, heat trace, electrical distribution, pier electrical systems, fire detection system, and alarm system. 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) Installation of Sheet Pile Wave Screens, 2) Marine Construction Experience 3) Underwater Construction/Diving Experience, 4) Utility Upgrade/Installation Experience Criteria 1: Installation of Sheet Pile Wave Screens: Bidder shall provide three examples of completed contracts performed in the last five years installing sheet pile wave screens 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 Construction/Diving Experience: Bidder shall provide three examples of completed contracts performed in the last five years involving underwater construction using surface supplied diving operations comparable to what will be required in this contract. Criteria 4: Utility Upgrade/Installation Experience: Bidder shall provide three examples of completed contracts performed in the last five years involving utility upgrade and installation in a marine setting 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 fifteen (15) double-sided pages. At a minimum, the statement shall include: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's Cage Code and DUNS number. Offeror's interest in bidding on the solicitation when it is issued. 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. Offeror's experience working with any similar projects involving marine and/or waterfront construction, including pier structural pilings and galvanic protection systems. 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. Offeror's Joint Venture information if applicable - existing and potential. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Firm's Point of Contact, to include daytime phone number, e-mail address, role in company. 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 all Market Research information received in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (i.e., 8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned, Etc.). In accordance with FAR part 36, the order of magnitude for this effort is estimated between $10,000,000.00 and $25,000,000.00. Please note that contractors will be required to submit a Bid Bond with a Bid, and Payment and Performance Bonds will be required prior to Notice to Proceed. 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 November 2023. The construction period of performance will be approximately 365 calendar days from Notice to Proceed (NTP). The official synopsis citing the solicitation number will be issued on SAM (www.SAM.gov) 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 Stormie.B.Wicks@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 Stormie.B.Wicks@usace.army.mil with copy furnished to Eartha.D.Garrett@usace.army.mil no later than 1:00p.m. (EST) 26 JUNE 2023. 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