MODIFICATION
Y -- Central and Southern Florida Project for Flood Control and Other Purposes, C-111, Detention Area and Other Features (Contract 8), Miami-Dade County, Florida
- Notice Date
- 7/27/2015
- 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-15-B-0005
- Response Due
- 9/3/2015
- Archive Date
- 10/3/2015
- Point of Contact
- Claurice Dingle, (904) 232-1387
- E-Mail Address
-
USACE District, Jacksonville
(claurice.m.dingle@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ***************REVISED SYNOPSIS--------------PLEASE READ THE REVISED SYNOPSIS IN IT'S ENTIRETY. THE TRACK CHANGES DOES NOT COME OVER IN ASFI********************* SUBJECT: Central and Southern Florida Project for Flood Control and Other Purposes, C-111, Detention Area and Other Features (Contract 8), Miami-Dade County, Florida SOLICITATION NUMBER: W912EP-15-B-0005 RESPONSE DATE: 03 September 2015 CONTRACT SPECIALIST NAME & PHONE NUMBER: Claurice M. Dingle, 904 232-1387 NOTE: The proposed project will be a Firm Fixed Price (FFP) contract, and, as prescribed in UAI 52.232-5001, will be incrementally funded. The type of solicitation to be issued is an Invitation For Bid (IFB). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. DESCRIPTION OF WORK: The project is located in Miami-Dade County, between Richmond Drive and L-31W. Northern access is from Krome Avenue, west on Richmond Drive (SW 168th St.), and south down L-31N. Southern access is from Krome Avenue, west on Avocado Drive (S 296th St.), and south on 217th St to the C-113 Levee. The C-111, Contract 8 project features consists of the construction of levees, articulated concrete block matt (ACBM) weirs, degrading an existing levee and demolition of existing structures and replacing with levee segments. The items to be constructed are as follows: Levees L-315, extending 3.82 miles from the west side of the S-332B North Detention Area (NDA) to L-359 L-316, extending 3.07 miles from the east side of S-332B NDA to L-359, which shall include 3-500 foot long Articulated Concrete Block Mat weirs, identified as S-316A, S-316B, and S-316C L-357W, extending 0.37 miles from the northwest corner of the 8.5 square mile detention cell to the southern ROW limits of Richmond Drive (SW 168th Street) All levees shall have a crown elevation 11.4' NAVD, a 14' crest width, and side slopes of 1V on 4H. Articulated Concrete Block Mat (ACBM) Weirs The existing L-322 shall include three ACBM weirs identified as S-322C, S-322F, and S-322H. Each weir will have a crest elevation at 8.0' NAVD The proposed L-316 shall include three ACBM weirs identified as S-316A, S-316B, and S-316C. Each weir will have a crest elevation at 8.5' NAVD The existing L-323 shall include two ACBM overflow weirs, one at the north end identified as S-323A, and one at the south end identified as S-323B. Each weir will have a crest elevation at 8.0' NAVD. Weirs S-316A, S-316B, S-316C, S-322C, and S-322H shall have side slopes of 1V on 4H, a 14' crest width, and a length of 500' with a transition at each end to the proposed or existing levee. Weirs S-323A, S-323B, and S-322F shall have side slopes of 1V on 3H, a 12' crest width, and a length of 500' with a transition at each end to the proposed or existing levee. Demolition The S-322B shall be demolished and replaced with a levee segment that ties into the existing L-322, which has a crown elevation 10.5' NAVD, a 12' crest width, and side slopes of 1V on 3H The S-322D shall be demolished and replaced with a levee segment that ties into the existing L-322, which has a crown elevation 10.5' NAVD, a 12' crest width, and side slopes of 1V on 3H The S-332B N Levee shall be demolished to match the adjacent grade. This material is identified as Borrow Area 2 All levee fill material will be generated by scraping the surficial soils within the footprints of, and between, L-315 and L-316 to rock along with the material from S-332B North Levee, which will be demolished to existing grade. These fill material sites are identified as Borrow Areas 1 and 2, respectively. Up to a maximum of 10 percent organic content will be allowed for the levee fill material. The levee will be capped with material from Borrow Area 3 and the maximum allowed organic content of 5 percent. Borrow Area 3 shall be first used in its entirety; if needed, Borrow Area 4 is available. Be advised, the contractor shall notify the Government at least 60 days prior to needing additional material from Borrow Area 4. The project includes all work incidental to the construction of the aforementioned features and will have an estimated period of performance of 526 calendar days. The magnitude of construction is between $10,000,000.00 and $20,000,000.00. THIS ACQUISITION IS RESTRICTED TO SMALL BUSINESS. This solicitation will be issued on or about 29 May 2015 with bids due on or about 03 September 2015. Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website: https://acquistion.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 receive an award from this solicitation. The SAM website can be located 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-15-B-0005/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03811081-W 20150729/150727234732-d7fd8e3f17a7b639df45da2b0fdc45b1 (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 |