SOLICITATION NOTICE
Z -- Sandy O&M Supplemental, Maintenance Dredging, 7-Foot Project, Impoundment Basin and Entrance Channel Cut-1. St. Lucie Inlet, Martin County, Florida
- Notice Date
- 5/31/2013
- 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
- GROUP410RJ007
- Response Due
- 6/14/2013
- Archive Date
- 7/30/2013
- Point of Contact
- Calvin Caldwell, 904 232 3055
- E-Mail Address
-
USACE District, Jacksonville
(calvin.r.caldwell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP-10-R-0026: Orion Marine Construction (W912EP-13-D-0003); Cavache, Inc. (W912EP-13-D-0004); Cashman Dredging & Marine Contracting (W912EP-13-D-0005); Cottrell Contracting Corporation (W912EP-13-D-0006); Great Lakes Dredge & Dock Company, LLC (W912EP-13-D-0007); Dutra Dredging Company (W912EP-13-D-0008); Marinex Construction, Inc. (W912EP-13-D-0009); Norfolk Dredging Company (W912EP-13-D-0010); Mike Hooks, Inc. (W912EP-13-D-0011); Weeks Marine, Inc. (W912EP-13-D-0012); Southern Dredging Co., Inc. (W912EP-13-D-0013); Manson Construction Company (W912EP-13-D-0014); C. F. Bean LLC (W912EP-13-D-0015). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS. DESCRIPTION OF WORK: Project work consists of maintenance dredging the Federal navigation channel at St. Lucie Inlet and the adjoining impoundment basin to their authorized depths with disposal in the designated beach placement area approximately 4.5 miles south of the inlet between Monuments R-59 and R-75. The work will be divided into a Base and six Additive Bid Items which progressively add work to the Base. The Additive items pertain to dredging incremental volumes of material from the Impoundment Basin up to a maximum volume that corresponds to the total material available within the required plus allowable overdepth prism of the basin. The project will entail the dredging of the entrance channel Cut-1 to the required depth of 16 feet from Station 0+00 to Station 30+00, entrance channel Cut-1 transition from a required depth of 16 feet to a required depth of 10 feet from Station 30+00 to Station 34+00, and entrance channel Cut-1 to a required depth of 10 feet from Station 34+00 to Station 42+00; dredging of the transition area located between entrance channel Cut-1 and impoundment basin to a required depth of 8 feet from Station 30+00 to Station 42+00; and dredging the impoundment basin, Station 30+00 to Station 47+50, to a required depth of 16 feet. All areas will incorporate an additional 2 feet allowable overdepth beyond the required depths. Estimated quantities to be dredged are shown on the Line Items and Pricing Schedule, Section 00010-A. Work also includes beach tilling, turbidity monitoring, and manatee observers (if required). The Contractor should expect sea conditions with waves 3-feet or greater in height and ocean currents exceeding 3-knots a majority of the time in the project areas. Only Coast Guard Certified vessels will be allowed to work on this project. Work shall commence 45 days after issuance of the Notice to Proceed (NTP). However, work shall commence no earlier than 1 November 2013 and shall be completed no later than 20 February 2014. It is the Government's intent to issue the NTP on or about 2 October 2013. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. COAST GUARD CERTIFIED VESSELS ARE REQUIRED. The request for proposal will be issued on 31 May 2013 and proposals will be due on 14 June 2013. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA); the technical evaluation factors are availability of technically acceptable plant and equipment and past performance. See attached request for proposal for submission requirements. The request for proposal 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, firms must REGISTER TO RECEIVE NOTIFICATION 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/GROUP410RJ007/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03076429-W 20130602/130531235746-ad2f143a724ed90b7187264a8a9edfb9 (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 |