PI2045M Parris Island 3rd Battalion Pond Causeway Repair

Agency:
State: South Carolina
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Oct 11, 2023
Due: Oct 25, 2023
Publication URL: To access bid details, please log in.
Follow
PI2045M Parris Island 3rd Battalion Pond Causeway Repair
Active
Contract Opportunity
Notice ID
N4008524R2511
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 11, 2023 08:47 am EDT
  • Original Response Date: Oct 25, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Parris Island , SC 29905
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.





The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Project PI2045M, Repair 3rd Battalion Pond Causeway, Marine Corps Recruit Depot, Parris Island, South Carolina.





This project will repair the 3rd Battalion Pond Causeway at Marine Corps Recruit Depot (MCRD) Parris Island. Repair entails rehabilitation of the roadway on top of the causeway and construction of two channels to replace the existing reinforced concrete pipe (RCP) culverts. Roadway rehabilitation would entail in-place recycling using full depth reclamation (FDR) to resurface the entire 4,500-foot-long road on top of the causeway with a cement stabilized base course and a 4-inch asphalt wearing surface to create a smooth profile. Roadway repairs would provide a pavement service life of 25 years or more; however, resurfacing of the wearing surface would be expected at intervals of 10 years or less.





The six, 84-inch-diameter RCPs that compose the two existing culverts (i.e., three RCPs per culvert) between the marsh and the ponds would be replaced with two, 33-foot-wide, open channels. The open channels would be lined with interlocking steel sheet piles to eliminate the opportunity for water intrusion to create sinkholes beneath the roadway and cause further roadway settlement. The bottom of the channels would be lined with concrete or riprap to cover and prevent exposure and transport of potentially contaminated fill material. Wing walls would be constructed at the mouths of the channels to provide side slope erosion protection. Weirs would be placed at both culverts to ensure the current water storage capacity of the ponds is maintained and the volume of water that enters and exits the ponds during a tide cycle does not change. The weirs would ensure the water quality and water level in the ponds remains the same as before construction.





A flat slab bridge would be constructed to span each channel. Each bridge would be a single span constructed from reinforced concrete with an 18-inch-thick slab and 20-foot long approach slabs. The bridges would be supported on each end with a concrete pile cap and a “combi-wall” steel sheet pile and king pile deep foundation. Each bridge would be 51 feet, 7.5 inches wide and accommodate two 12-foot-wide travel lanes, two 10-foot-wide shoulders, and a single 5-foot-wide sidewalk. The flat slab design would minimize the need to build up the roadway surface and change the existing elevation and profile at the culverts. The service life of the open channels and bridges system would be 50 to 75 years.





The 3rd Battalion Pond Road atop the causeway would be closed to all traffic during construction to allow for construction of both channels and bridges concurrently. All traffic would use Malecon Drive to enter and depart the Depot. Construction laydown areas would be sited within the existing asphalt footprint of the closed roadway.





Demolition will include removal and disposal of the existing three-pipe system and reinforced concrete headwall and weir for each culvert. Demolition also includes removing existing guard rail, the gabion earth retention wing walls and selected portions of riprap and fabriform concrete slope protection at each existing culvert.





A temporary sheet pile wall system will be required around the ends of both existing culverts to create a cofferdam for demolition, excavation and dewatering in dry conditions. The 3rd Battalion Pond would not be drained, but there would be no tidal exchange between the marsh and the pond while the cofferdam is in place. Because tidal exchange would be blocked, the temporary cofferdam would be used only during the coldest months (i.e., October to April) to minimize impacts on aquatic biota within the pond. Water quality monitoring and temporary pumping of fresh saltwater into the pond from the creek would be used to ensure proper dissolved oxygen content and water level. This action would necessitate a Section 404 of the Clean Water Act permit from the U.S. Army Corps of Engineers (USACE).





Overhead power transmission lines run along the causeway adjacent to both sides of the roadway. The power transmission lines are owned by Dominion Energy and Parris Island. The majority of both sets of overhead power lines would remain in place; however, those in the vicinity of the two existing culverts would need to be temporarily relocated to the ground to allow access for the equipment needed to drive the sheet piles. The power lines would be relocated back to an overhead position after construction of the bridges is complete. The Contractor is responsible for providing this utility relocation and restoration work.





Underground communication lines run along the causeway adjacent to both sides of the roadway. The communication lines are owned by Hargray, BrightSpeed, and Parris Island. The majority of these communication lines would remain in place; however, those in the vicinity of the two existing culverts would need to be temporarily relocated out of the bridge construction area and permanently repositioned. The communication lines would remain in their repositioned locations after construction is complete. The Contractor is responsible for providing this utility relocation and restoration work.





The causeway site is regulated by federal and state authorities under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). Construction must follow the Remedial Action Work Plan (RAWP) Addendum that has been reviewed and approved by South Carolina Department of Health and Environmental Control (SCDHEC) and the U.S. Environmental Protection Agency (USEPA). A project-specific Construction Waste Management Plan would be developed and approved by MCRD Parris Island, USEPA, and SCDHEC because contaminated soil, sediment, and groundwater could be encountered during demolition and construction. Excavated soils and sediments would be tested for contaminants and those found not to be contaminated could be reused as part of the project. Soil and sediment found to be contaminated and landfill waste would be disposed of at an appropriate landfill.





All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government’s best interest. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that “The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.”





It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice.





The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as:





Size: A final construction cost of $10 million dollars or greater.



Scope: New construction or replacement of a small roadway bridge over a waterway or large arch span or box culvert in a tidal marine environment.



Complexity: Each project submitted does not require demonstrated experience with all of the following components, but collectively, they must demonstrate experience with all elements:




  1. Experience with temporary or permanent relocation of overhead or underground power lines or similar utility lines

  2. Experience with roadway pavement resurfacing or rehabilitation

  3. Experience with construction sequencing and/or phasing requirements





Ensure that the project description clearly identifies whether the project is new construction or repair/replacement, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost.





Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved would be required with your proposal, if requested.





The North American Industry Classification System (NAICS) Code for this project is 237990 Other Heavy and Civil Engineering Construction, with a small business size standard of $45,000,000. In accordance with DFAR 236.204(iii), the magnitude of construction for this project is between $10,000,000 and $25,000,000.





THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government’s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.





The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.





The submission package shall be submitted electronically to Andy Bui via email at andy.h.bui.civ@us.navy.mil and MUST be limited to a 5MB attachment. You are encouraged to request a read receipt or acknowledgement via reply email.





RESPONSES ARE DUE NO LATER THAN Wednesday, 25 October 2023 at 14:00 EDT. LATE RESPONSES WILL NOT BE ACCEPTED.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 11, 2023 08:47 am EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Ad Title: Aluminum Pipe 2024 Purchasing Agent/Entity: City of Myrtle Beach Ad Publish ...

State of South Carolina - State Fiscal Accountability Authority(SFAA)

Bid Due: 5/22/2024

...Dutcher Email: bids@keckwood.com Telephone: 803-768-5200 Description: Upgrade to existing stormwater pipe... underneath Taylor ...

State of South Carolina - State Fiscal Accountability Authority(SFAA)

Bid Due: 6/13/2024

...brass goods, repair clamps, service saddles, pipe, pipe fittings, hydrants, meter boxes and ...

State of South Carolina - State Fiscal Accountability Authority(SFAA)

Bid Due: 5/24/2024

...) of 8-inch ductile iron pipe (DIP) water main, ~3,000 linear feet (lf) ...

State of South Carolina - State Fiscal Accountability Authority(SFAA)

Bid Due: 5/23/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.