Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2011 FBO #3499
SOLICITATION NOTICE

Z -- Beach Erosion Control and Hurricane Protection Project, Dade County, Florida, Beach Renourishment 2011, Miami Beach - Contract "E"

Notice Date
6/22/2011
 
Notice Type
Presolicitation
 
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
W912EP11R0031
 
Response Due
8/9/2011
 
Archive Date
10/8/2011
 
Point of Contact
Beau Corbett, 904-232-1388
 
E-Mail Address
USACE District, Jacksonville
(beau.corbett@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Contract E Renourishment Project, Dade County Beach Erosion Control and Hurricane Protection Project, FL consists of placing sand on three areas of Miami Beach using two separate sources of material. For Segment A, an estimated 250,000 cubic yards of sand will be placed on approximately 4,600 feet of the North Miami Beach Area. This material will come from an offshore borrow area some 11.2 nautical miles SSW of the project site. An offshore operational area has been set aside for the pumpout of this material to shore along a dedicated 25-foot wide East-West corridor through the reefs to a point about 600 feet south of FDEP monument R-42. The operational area is approximately 8,000 feet offshore. Placement of material greater than one inch on the beach is not acceptable and an approved method shall be used to screen the material on the dredge. Dumping of this larger material shall occur at an approved rock disposal site offshore of Miami Beach. In Segments B and C, an estimated 107,000 cubic yards of sand will be placed on two approximately 1,000 feet lengths of Miami Beach in the vicinity of 44th Street (57,000 cys) and 27th Street (50,000 cys). This material will come from an accreted portion of the beach at Lummus Park (R-64 to R-69) some 2 miles south of the project beaches at its farthest point. Truck haul will not be allowed for placement of the material from Lummus Park to the project beach and a hydraulic method of transport shall be utilized. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposal will be evaluated on Technical Merit, Past Performance, Small Business Participation, and Price. Performance period is approximately 204 days. A site visit will be held. Site visit information will be provided in the solicitation. A PRE-PROPOSAL TELECONFERENCE will be held following the site visit. Date, time, and call-in number will be provided to all interested parties that register in accordance with the following paragraph. The purpose of the pre-proposal conference is to provide an opportunity for two-way communication between the government and the dredging industry. Everyone interested in participating shall provide their company name, individual names, telephone numbers, and e-mail addresses of all participants by e-mail to Beau Corbett at beau.j.corbett@usace.army.mil and Pamela Shirley at pamela.shirley@us.army.mil not later than the date of the site visit. In addition, it is requested that all questions be submitted in writing by e-mail to Mr. Corbett a minimum of 3 days prior to the pre-proposal teleconference. Magnitude of construction is between $10,000,000.00 and $25,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE BIDDERS ARE ENCOURAGED TO PARTICIPATE. There will be a price preference for certified HUBZone small business concerns that comply with the requirements in the solicitation as stipulated in FAR 19.1307. The solicitation will be issued on or about 7 July 2011 with proposals due on or about 9 August 2011. Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. 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 or visit the CCR website at http://www.ccr.gov. You also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. NAICS Code 237990, size standard $20 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP11R0031/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02479987-W 20110624/110622235514-e8a964fe396d4ce95b79ecaa283329d1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.