MODIFICATION
Y -- Indian River Lagoon South (IRL-S), C-44 Reservoir and Stormwater Treatment Area (C-44 RSTA) (Contract 2 - Reservoir), Martin County, Florida
- Notice Date
- 10/31/2014
- Notice Type
- Modification/Amendment
- 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-R-0016
- Response Due
- 1/12/2015
- Archive Date
- 2/11/2015
- Point of Contact
- Timothy G. Humphrey, 904-232-1072
- E-Mail Address
-
USACE District, Jacksonville
(timothy.g.humphrey@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Indian River Lagoon South (IRL-S), C-44 Reservoir and Stormwater Treatment Area (C-44 RSTA) (Contract 2 - Reservoir), Martin County Florida project includes a Base Bid with Options for soil cement (In place) - utilizing off-site aggregate. The work includes an above-ground reservoir, discharge canal, and associated structures to capture water from the C-44 Basin. Specific project components include the following items and incidental related work: The remaining portion of the Project Access Road from the termination of the portions of the road built by others. A reservoir (D-400) comprised of approximately 50,000 linear feet of earthen embankment with a soil cement crest surface and soil cement facing on the interior embankment face. Additional embankment components include an internal inclined sand chimney drain and horizontal blanket drain with pipes running parallel to the embankment with discharge points draining to a swale, and a 3-feet wide trench drain of sand and drain pipes running parallel to the downstream toe of the embankment. The approximately 3,400 acre reservoir has a normal full storage level of 15 feet (EL 41 feet NAVD88) and provides approximately 50,600 acre-feet of storage capacity. A reservoir discharge tower structure (S-402) comprised of three (3) 7 feet by 7 feet slide gates to convey a maximum of 1,100 cubic feet per Second (cfs) (600 cfs under normal operations) through two 7 feet by 7 feet cast-in-place box culverts (with operable slide gates) to the system discharge canal. The structure also includes a service spillway capable of conveying 810 cfs for emergency discharges and a 50 cfs low reservoir stage withdrawal pump. The Western Reservoir Perimeter Canal (WRPC) (C-400W) is approximately 35,000 linear feet in length, paralleling most of the northern, western, and southern extent of the reservoir embankment. The WRPC maintains a bottom width of 5 feet for a majority of the canal with a transition from 5 feet to 25 feet along the south side of the reservoir. The canal bottom is constant at EL 12.0 foot NAVD88 for the majority of the canal. The canal includes a 1.5 ft thick sand filter below normal water level along the side slopes and bottom of the canal. The WRPC will be used to transmit surface runoff, seepage flow from the embankment internal drain and the trench drain systems. WRPC spillway (S-403) is a 50 foot wide spillway which discharges to the intake canal with a crest elevation of 18 feet NAVD88 and a 1,100 cfs capacity. The Eastern Reservoir Perimeter canal (ERPC) (C-400E) approximately 15,000 linear feet in length paralleling the eastern embankment of the reservoir. The canal maintains a bottom width of 5 feet at an elevation of 12 feet NAVD88. The canal includes a 1.5 ft thick sand filter below normal water level along the side slopes and bottom of the canal. The ERPC is designed to convey runoff and seepage from the embankment internal drain and the trench drain system. The termination of the ERPC includes a drop-inlet drainage structure (S-419) to convey water from the ERPC to the Intake Canal. The discharge canal conveys flows from the reservoir through the Distribution Canal (C-401N and C-401S) to the Eastern Storm Treatment Area (STA) Collection Canal (C-402E); note; only a portion of this canal will be built as part of this contract, which will be connected to a portion being constructed by others. The canal maintains a bottom width of 10 feet, a bottom elevation of 18.5 feet NAVD88, and a normal operating elevation of 28-29 feet NAVD88 with a design conveyance capacity of 1,100 cfs. One side of the Distribution Canal includes STA berms on one side; this berm will be built by others and the canal constructed under this contract will tie into those previously constructed slopes. The Distribution canal is approximately 20,000 feet in length. The installation of buried conduits for permanent power for the reservoir discharge structure, connecting to conduit being placed by others. The installation of several cast-in-place box culverts (S-420A, S-420B) in various locations around project footprint to provide vehicular access across canals. Additionally, the reservoir embankment includes the construction of several boat ramps for access to the reservoir interior. The installation of embankment piezometers and associated conduit and Remote Terminal Units (RTUs) to transmit data back to the future pump station, as well as several groundwater monitoring wells to do the same. The embankment crest includes the installation of settlement plates for long-term settlement monitoring. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated on Technical Merit, Past Performance, Small Business Participation and Price. The performance period is approximately 1,552 calendar days after Notice to Proceed (NTP), plus 90 calendar days for grass establishment. THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS. IN ACCORDANCE WITH USACE ACQUISITION INSTRUCTION (UAI), THE CLAUSE 52.232-5001 FOR CONTINUING CONTRACTS - SPECIAL CONTINUING CONTRACT FOR CIVIL WORKS PROJECT MANAGED BY THE UNITED STATES ARMY CORPS OF ENGINEERS [DEVIATION], WILL BE UTILIZED FOR THIS ACQUISITION. Magnitude of construction is between $100,000,000.00 and $250,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about 11 December 2014 with proposals due on or about 12 January 2015. 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 System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/. NAICS Code 237990, size standard $36.5 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-14-R-0016/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03563320-W 20141102/141031234106-5d4d6bc0fbfb376c2c8cbf4845b8fe47 (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 |