SOURCES SOUGHT
Y -- Kissimmee River Restoration Project, Structure 69 Weir & Backfill, Okeechobee & Highlands Counties, FL
- Notice Date
- 2/23/2017
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-17-Z-0010
- Point of Contact
- Susan J. Forchette, Phone: 9042322158
- E-Mail Address
-
susan.j.forchette@usace.army.mil
(susan.j.forchette@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a SOURCES SOUGHT SYNOPSIS. The announcement seeks information from industry and will ONLY be used for preliminary planning purposes. 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 Jacksonville District of the U.S. Army Corps of Engineers letters of interest from prospective offeror(s) for a potential fiscal year (FY) 2017 award of the aforementioned project. The purpose of this synopsis is to gauge of interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. The proposed project will be a Firm Fixed Price (FFP ) contract. The type of solicitation to be issued is anticipated to be a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The scope of work for the Kissimmee River Restoration Project, Structure 69 Weir and Backfill projects consists of: 1. Backfill of approximately 3,200 feet (1.3 million cubic yards) of the C-38 canal The fill material will come from the existing spoil disposal area established at the time of the initial canal construction. 2. Construction of an approximately 2,560 foot weir at the transition from the backfilled canal to the existing open canal. The weir construction will include sheet pile, reinforced concrete, and rip rap. 3. Site grading, to include: a) Construction of an approximately 3,260 foot long low water bypass channel with rip rap. b) Remote grading, not adjacent to the spoil disposal established at the time of the initial canal construction. c) Sump grading upstream of the weir. 4. Levee construction. 5. Contractor designed river/canal crossings. 6. Erosion control. The work will be performed in Highland and Okeechobee Counties in the Kissimmee River (Canal 38) basin between US 98 and the CSX Railroad Bridge. The work site is in a remote location with no direct vehicle access. Access will need to be designed and constructed by the contractor and may require barges or floating bridges. The work is located in a wetland/floodplain and may be frequently inundated during construction. Work will be expected to continue during inundation levels specified in the contract. The project will have an estimated period of performance of 616 calendar days. The estimated Magnitude of Construction is between $15,000,000 and $25,000,000. The NAICS Code for this project is 237990 and the Small Business Size Standard is $36.5 million. Responses to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Company/Contractor name, address, point of contact, phone number and e-mail address, DUNS number and Cage Code. 2. Provide a brief description of a maximum of three projects your company is performing or completed in the last ten years which included: a. The Capability to execute and/or manage construction projects of comparable complexity and magnitude in wet conditions. b. Experience placing riprap in a marine environment. c. Experience moving large volumes of material (earthwork) in wet conditions. d. Experience placing reinforced concrete e. Experience building levees. 3. For each of the projects referenced in Item Number 2 above, provide the following information: a. Contract Number. b. Customer name and contact information. c. Timeliness. If ongoing, s the project on schedule? If completed, was the project completed on schedule? d. Contract amount. Identify if your firm is/was the prime or the subcontractor. 4. Offeror shall identify their Small Business classification and Small Business Size: _ Small Business _Small Disadvantage Business _ 8(a) Small Business _ HUBZone _ SDVOSB _WOSB 5. Joint Venture information if applicable 6. A letter of current bonding capacity (up to $20,000,000.00) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. Responses to this Sources Sought Synopsis must be received no later than 2:00 pm, EST on 24 March 2017 and shall be sent to Susan Forchette via email at susan.j.forchette@usace.army.mil or sent via mail to the attention of Susan Forchette: 701 San Marco Blvd., Jacksonville, FL 32207. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NOTE 1: The performance of work requirements for Small Businesses and 8(a)Small Businesses can be found at Federal Acquisition Regulation (FAR) 219-14; for HUBZones at FAR 219-3; for SDVOSBs at FAR 219-30; and for WOSBs at FAR 219-27. NOTE 2: Prior Government contract work is not required for submitting a response under this sources sought synopsis. All interested firms must be registered in the System for Award Management (SAM) 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. The anticipated solicitation issuance date is to be determined. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. 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-17-Z-0010/listing.html)
- Place of Performance
- Address: Okeechobee and Highlands Counties, FL, United States
- Record
- SN04412574-W 20170225/170223235025-505ce5ea9478b3f6aaae69106687c029 (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 |