SOURCES SOUGHT
Y -- Herbert Hoover Dike Rehabilitation Structure Replacements, S-286 (HP-3) and S-287 (HP-2) Reconstruction, Glades County Florida.
- Notice Date
- 7/22/2014
- 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-14-Z-0008
- Response Due
- 8/5/2014
- Archive Date
- 9/20/2014
- Point of Contact
- Betty Burton, 904-232-3736
- E-Mail Address
-
USACE District, Jacksonville
(betty.j.burton@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For HERBERT HOOVER DIKE REHABILITATION STRUCTURE REPLACEMENTS, S-286 (HP-3) AND S-287 (HP-2) RECONSTRUCTION Glades 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. The U.S. Army Corps of Engineers - Jacksonville District has been tasked to solicit interested Offeror(s) for a future award of a project/procurement. The project site is located in portions of Herbert Hoover Dike Rehabilitation Structure in Glades County, Florida. Portions of this project will be constructed on the Brighton Seminole Indian Reservation in Glades County, Florida; the awardee must be eligible to work and be on Tribal lands. The scope of work for this project will be to construct the Herbert Hoover Dike Rehabilitation Structure Replacements, S-286 (HP-3) and S-287 (HP-2) Reconstruction, Glades County Florida. Work will consist of demolition and removal of the existing Herbert Hoover Dike Culverts HP-2 and HP-3 and the construction of new water control Structures S-287 and S-286 at the respective existing locations of Culverts HP-2 and HP-3. The demolition and reconstruction efforts will require the installation of steel sheet pile cofferdams at both the landside and lakeside of each culvert in order to dewater each construction site. These structures will include cast-in-place reinforced concrete foundations, headwalls, and box culverts. Combination flap/side gates will be installed at the lakeside headwall of each structure. S-287 and S-286 will each consist of one (1) 7-foot by 7-foot culvert with an approximate barrel length of 96 feet. The embankments will be degraded from a crest elevation of 36 feet to a crest elevation of 32 feet. Riprap will be installed along the lakeside embankment faces, and control buildings will be installed on the lakeside work platform at each structure. Work also includes by-pass pumping, grassing, and turbidity monitoring. Proposed project will be a competitive, Firm Fixed Price contract. A single award of a Firm-Fixed Price (FFP) contract will be competed through full and open, unrestricted competition. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROSPAL ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. It is requested that interested/potential offerors that consider themselves qualified to perform the proposed requirement submit a Statement of Capability (SOC). The SOC should be a brief description of your company's capabilities. SOC is limited to 5 pages and should include the following: a)Organization name, address, e-mail address, website address, telephone number and Commercial and Government Entity (CAGE) code. b)Brief description of relevant work you have performed to include location(s), name of the project(s), the magnitude of construction, and the period of performance(s) (PoP). The Estimated construction range IAW with FAR 36 and DFARs 236, Magnitude of Construction is more than $10,000,000.00. Include bonding information (on the bonding company letterhead) for your company's single amount capability. Anticipated solicitation issuance date is Fiscal Year 2014. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Interested Firm's shall respond to this Sources Sought Synopsis no later than 3:00 pm, 5 August July 2014. All interested firms must be registered in the System For Award Management (SAMS) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance. Responses to this sources sought may be sent to James Randall via email at James.E,Randall@usace.army.mil or mail to the attention of James Randall, 701 San Marco Blvd., Jacksonville, FL 32207. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-14-Z-0008/listing.html)
- Place of Performance
- Address: Herbert Hoover Dike Brighton Seminole Indian Reservation Glades County FL
- Zip Code: 33471
- Zip Code: 33471
- Record
- SN03433199-W 20140724/140722235000-06d1ee6a475b5ee48614d59870b8dba9 (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 |