SOURCES SOUGHT
Z -- Bartram Island Cell A Raising and Cross-dike Construction Duval County, Florida
- Notice Date
- 6/6/2011
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-11-Z-0013
- Response Due
- 7/7/2011
- Archive Date
- 9/5/2011
- Point of Contact
- TzeLeong Steven Chang, 904-232-1921
- E-Mail Address
-
USACE District, Jacksonville
(tzeleong.s.chang@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Bartram Island Cell A Raising and Cross-dike Construction Duval County, Florida This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. Work is located on Bartram Island in the St. Johns River, City of Jacksonville, Duval County, Florida. Bartram Island Cell A is an existing 210-acre dredge material management area cell that requires the dikes to be raised to increase capacity. Work includes raising 14,400 linear feet of dikes from 35 feet to 47 feet, while creating a dike base footprint to accommodate future dike raising to 55 feet, removing four existing weirs and associated structures, fabricating and installing four new box riser weirs with HDPE culverts and floating docks, re-establishing vegetation on dike slopes, and installing 8,500 linear feet of gravel drainage blanket. Work also includes dewatering, muck removal, and in-water pile installation. The borrow area is located within Bartram Island Cell A, with a required excavation of approximately 1.2 million cubic yards. Active segregation of unsuitable muck material from suitable granular soil should be anticipated during excavations. Cell A is accessible only by water from the St. Johns River and no utilities are present on the island. The Contractor can expect to find variable subsoil conditions in Cell A ranging from firm sand to muck layers exceeding 20 feet in thickness with no load bearing capacity. Besides site dewatering and demucking construction methods, the Contract may include foundation reinforcement design criteria to stabilize newly constructed dikes in isolated areas. These poor foundations areas may require engineered geotextile and geogrid reinforced foundation systems to bridge these isolated areas. Work also includes turbidity monitoring, endangered species monitoring, sensitive wetland protection and monitoring, and incidental work. All surface water runoff and discharges shall meet applicable state and federal water quality standards. NOTE: Provide experiences based on the above. All of the requirements above do not have to be included on one experience. Multiple experiences can be submitted to determine capabilities regarding the requirements above. Proposed project will be a competitive, Firm-fixed Price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. The Government reserves the right to issue multiple types of contract under this market research. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE 1. NAICS Code: 237990. 2. SB Size Standard: $33.5 million. 3. Magnitude of Construction: $25,000,000-$100,000,000. 4. Geographical scope information: St. Johns River, City of Jacksonville, Duval County, Florida. 5. Statement - Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity. 4. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, and Section 8(a) firms with a bona-fide office in SBA Region IV (Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee)) 5. Firm's Joint Venture information if applicable - existing 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company on letterhead. NOTE: Responses without sufficient information to determine capabilities to successfully perform the work will not be included in the Government's determination for set-aside category. Interested Firm's shall respond to this Sources Sought Synopsis no later than 4:00 PM EST 07 July 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or email your response to Steven Chang, Corps of Engineers - Jacksonville District, 701 San Marco Blvd, Contracting - 5th Floor, Jacksonville, FL 32257, Tzeleong.s.chang@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-11-Z-0013/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN02464959-W 20110608/110606234616-923857c452319f341b4f360ae0b6dee9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |