Similar Projects
Lockwood Folly Park Facilities - Brunswick County
Infrastructure
Conception
$3,800,000 CJ est. value
Bolivia, NC 28422

Northwest District Park - Brunswick County
Infrastructure
Conception
$5,690,000 CJ est. value
Leland, NC 28451

Bolivia Elementary School Stacking Lane
Infrastructure
Design
$80,000 CJ est. value
Bolivia, NC 28422

Cookout / Southport
New Construction, Infrastructure
Design
$300,000 CJ est. value
Southport, NC 28461

Town Center Park Phase 2
Infrastructure
Bidding
$60,000 CJ est. value
Ocean Isle Beach, NC 28469

Holly Drive and Redwood Road Drainage Improvements
Infrastructure
Bidding
$2,000,000 CJ est. value
Boiling Spring Lakes, NC 28461

RFQ Contractor - Town Creek Elementary Classroom Addition
Addition, Demolition, Infrastructure - 13,900 SF
Sub-Bidding
$7,200,000 CJ est. value
Winnabow, NC 28479

Ash - Waccamaw Multiuse Building - Brunswick County
New Construction, Infrastructure
Post-Bid
$5,000,000 CJ est. value
Ash, NC 28420

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

Community Center Site Improvements
Infrastructure
Results
$720,500 to $950,279 est. value
Saint James, NC

MOTSU Firefighting Water System
New Construction, Infrastructure
Results
$14,971,812 CJ est. value
Southport, NC 28461

Novant Health Brunswick Medical Center Expansion
Addition, Demolition, Renovation, Infrastructure
Pending Verification
$5,000,000 CJ est. value
Bolivia, NC 28422

Arbor Landing at Compass Pointe
New Construction, Infrastructure
Pending Verification
$4,417,660 CJ est. value
Leland, NC 28451

Project Indigo
New Construction, Infrastructure - 80,000 SF
Conception
$565,000,000 CJ est. value
Southport, NC 28461

Offices and Shoppes at Waterford - Building B
New Construction, Infrastructure - 39,005 SF
Design
$10,000,000 CJ est. value
Leland, NC 28451

Last Updated 04/17/2023 02:07 AM
Project Title

RFQ Contractor - MOTSU 20-061 Center Wharf Repairs - Military Ocean Terminal at Sunny Point, NC

Physical Address View project details and contacts
City, State (County) Southport, NC 28461   (Brunswick 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 May 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 conducting research to determine the market capabilities of potential contractors to repair MOTSU Center Wharf. The work shall consist of repairs to the MOTSU Center Wharf's existing octagonal concrete piles and to the underside of the existing concrete deck. Pile repairs shall include water blast cleaning of existing piles to remove any marine or biological growth. Where needed install fiberglass jackets and pump with structural concrete. Repairs to the top surface shall include sealing cracks with a pressure injected concrete sealer. Repairs to the underside of the existing concrete deck shall include repairs of pile cap spalls, beam spalls and deck spalls. Spall repairs shall include removal of unsound concrete and placement of marine grade cast-in-place concrete. Repairs to expansion joint closures include removing the broken concrete expansion joint closures and installing new rubber closures similar to those already in place. The work shall also include minor repairs including but not limited to, replacement of missing sections of curb, missing handrail sections, missing rub panels and missing rail switch covers. The work shall also include legal disposal of concrete and other miscellaneous debris at a site off of MOTSU property. This will be design-build. In accordance with FAR 36.204(g) the magnitude of construction for this project will be between $5,000,000 and $10,000,000. All interested firms with 237990 "Other Heavy and Civil Engineering Construction" as an approved NAICs code have until 05 May 2023 at 2:00 p.m. to submit the following information: Name & Address of your Firm Point of Contact (Name/Phone/E-mail) Current SAM 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 or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity to cover the limits of the magnitude of construction. Evidence of capabilities to perform comparable work (i.e., complex construction projects) in the area of general marine construction of similar size, scope and complexity on three (3) recent projects at a minimum (and no more than five (5) recent projects maximum) that are: Equal to or greater than $3,000,000.00 in value (not more than five (5) years old). Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Design-Bid-Build, Construction only, Renovation or Rehabilitation, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. Firm's capability to perform, to include geographic span and project size. If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance. 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 agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protege arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. 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 the following Email addresses: U.S. Army Corps of Engineers Nicolette Campbell, Contract Specialist Karri Mares, Contracting Officer E-mail: nicolette.l.campbell@usace.army.mil karri.l.mares@usace.army.mil SAW-CT-Military-Proposals@usace.army.mil The email should be entitled: MOTSU 20-061 Center Wharf Repairs - Sources Sought_COMPANY NAME_. 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. *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