SOURCES SOUGHT
Y -- Mile Point Reconfiguration Project
- Notice Date
- 10/9/2014
- 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
- W912EP15Z0001
- Response Due
- 10/28/2014
- Archive Date
- 12/8/2014
- 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
- This announcement constitutes a Sources Sought Synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS SYNOPSIS. The responses to this synopsis will be used as market research determine interest, capabilities and qualifications of various members of the Small Business Community: Small Business, Small Business Association (SBA) Certified 8(a) firms, Historically Underutilized Business Zone (HUBZone) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Jacksonville District of the US Army Corps of Engineers is contemplating a project that consists of constructing approximately 4,000 feet of a new West Leg Training Wall, removing approximately 3,300 feet of the westerly end of the existing training wall to elevation -12 feet MLLW, constructing approximately 2,100 feet of a new East Leg Training Wall, and dredging the confluence area to elevation -12 feet MLLW and the Flow Improvement Channel to elevation -6 feet MLLW plus 1-foot allowable overdepth. All satisfactory stone material recovered from the existing training wall will be reused in the East Leg Training Wall. All remaining material will be placed and contained in the Great Marsh Island Placement Area (Great Marsh Beneficial Use Site) unless otherwise specified. Additional work includes clearing and grubbing, marine animal monitoring, bird monitoring, turbidity monitoring, and coordinating with the U.S Coast Guard to allow its crews to remove and reinstall three (3) aid-to-navigation (ATON) structures. The majority of this work will take place in an open marine environment subject to wind, waves, tidal and river currents as well as seasonal storm activity. It may be necessary to establish a stable work platform, such as jack-up or spud barge, in open water in order to perform the work within the required tolerances. The work outlined above will require large quantities of material such as tens of thousands of tons of granite, thousands of feet of Geotextile Tubes, over 700,000 cubic yards of dredging and 4000 linear feet of Concrete Structural Units (CSUs). A CSU is a standalone concrete structure that is designed to dissipate waves and redirect currents in lieu of large armor stone. A wall containment feature will be built behind or against the CSU's to retain the dredged material that will be placed into the Great Marsh Island Placement Area. The CSU type and the wall containment feature are not prescribed and will require submittals for evaluation/approval regarding their ability to meet or exceed established performance criteria. Experienced construction management and oversight will be critical in order to properly manage the workflow and sequencing of construction that must be followed in order to complete the project within the allotted performance period of 18 months and prescribed order of work. See attached site maps for a pictorial representation of the project. Magnitude of construction is between $25,000,000.00 and $50,000,000.00 If advertised, the solicitation would be issued as a Request for Proposal, Best Value and the resultant contract would be Firm Fixed Price. No reimbursement will be made for any costs associated with providing a response to said synopsis or any follow-up information requested. Sources Sought Response Requirements: Responses should not exceed TWENTY pages and should include, at a minimum: (1) your intention to submit a proposal if the contemplated procurement is formally advertised (signed letter on company letterhead); (2) socio-economic business classifications (i.e. Small Business, SBA Certified 8(a), HubZone, and/or Service Disabled Veteran-Owned Small Business, etc); (3) brief description of your company's capabilities; (4) brief description of projects similar to the contemplated procurement your firm has performed within the past five years (include as a minimum a brief description of work, location of work, date work completed and dollar value); (5) joint venture information, if applicable; and (6) a letter verifying your firm's current SINGLE and AGGREGATE bonding capacity from an acceptable surety/bonding company. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL IF THE CONTEMPLATED PROCUREMENT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Responses to this Sources Sought Synopsis must be received not later than 28 October 2014 and shall be sent to the attention of Ms. Tedra Thompson via e-mail to tedra.n.thompson@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code is 237990 and the Small Business size standard is $36.5 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP15Z0001/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03547344-W 20141011/141009234837-858d00267980bf565947cae697deeef8 (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 |