SOLICITATION NOTICE
Y -- Sustainability of Renourishment, Miami Beach, Beach Erosion Control and Hurricane Protection Project, Dade County, FL
- Notice Date
- 9/24/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- DACW17-02-R-0031
- Point of Contact
- Deidra Cox, 904-232-1215
- E-Mail Address
-
Email your questions to U.S. Army Engineer District, Jacksonville - Civil Works
(deidra.w.cox@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA Sustainability of Renourishment, Miami Beach, Beach Erosion Control and Hurricane Protection Project, Dade County, FL: This project entails the placement of sand along Miami Beach in the vicinity of Sixty-third Street to Eighty-third Street using a domest ic source of sand provided by the contractor. Approximately 600,000 cubic yards of material will be required to fill the beach area between monuments DNR-38 to DNR-46. This segment of beach is approximately 8,700 feet long. It will have a 205-foot berm w idth from the Erosion Control Line (ECL) at El. 9 MLW with a foreshore slope of 1 Vertical on 15 Horizontal. A 50-foot wide pipeline corridor, centered at 553,290 North, is provided for placement of fill from the offshore. Any plan to use a large number of trucks hauling material along the local roads of the beaches will not be acceptable. The contractor, based upon government criteria, will establish the domestic sand source for this project. The sand must be suitable for Southeast Florida beaches. It must be free of debris, sharp rocks and pebbles, concrete rubble, and clay. The average mean grain size shall be equal to or greater than 0.30 mm. (1.74 phi) and less than 0.55mm. (0.86 phi). The fines must be less than five percent (passing the number 2 30 sieve). Ninety-nine percent of the material must pass the three-eights-inch sieve with no particles larger than three-fourth-inch diameter. Sand mineralogy of predominantly quartz or calcium carbonate, including oolitic aragonite is acceptable. Rocks will not be separated from the sand on the beach. The sand shall have a color similar to the existing beach. Protection of the environment, especially the existing offshore reef system, is very important. The Contractor?s operations will have to be carr ied out in accordance with permit requirements. It is anticipated that this project may be constructed during the turtle-nesting season and precautions will have to be taken. The contractor will be expected to provide the necessary permit documents and c ertificates of compliance for use of the borrow source. Equipment to be utilized would include, but not be limited to, the following: marine equipment (pumpout dredge, barges, boosters/mono-buoy, derrick barge, work tugboats/barges); bulldozers; front-en d loader; and dump trucks. Construction performance period is 270 calendar days. Magnitude of construction is between $10,000,000.00 and $25,000,000.00. Award will be made to the offeror whose proposal represents the best value to the Government. The C ontracting Officer will use a trade-off process to determine which offer represents the best value to the Government. All evaluation factors other than price, when combined, are slightly more important than price. The following factors will be used to de termine best value: Technical Merit, Past performance, and Price. The solicitation will be issued on or about October 11, 2002 and proposals will be due on or about November 26, 2002. Solicitation will be issued in electronic format only. Offerors will be provided a CD ROM at no cost. Interested offerors must register electronically. The registration form is located at https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp. THIS ACQUISITION IS AN UNRESTRICTED PROCUREMENT being issued pursuan t to the Small Business Competitive Demonstration Program. All responsible sources may submit a proposal which will be considered. There will be a price preference for identified HUBZone small business concerns that comply with the requirements of the so licitation as stipulated in FAR 19.1307. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information. NAICS Code 234990, size standard $28.5 m illion.
- Place of Performance
- Address: U.S. Army Engineer District, Jacksonville - Civil Works P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Country: US
- Zip Code: 32232-0019
- Record
- SN00174793-W 20020926/020924213611 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |