SOLICITATION NOTICE
Z -- Palm Beach County Shore Protection Project SPP Palm Beach County, Florida, Beach Nourishment, MidTown Segment
- Notice Date
- 10/22/2019
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, US Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- GROUP1-18-R-J006
- Archive Date
- 11/9/2019
- Point of Contact
- Joseph Sherwood, Phone: 3213172972
- E-Mail Address
-
joseph.d.sherwood@usace.army.mil
(joseph.d.sherwood@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP18R0029, GROUP 1 - UNRESTRICTED: Callan Marine, Ltd. (W912EP19D0023); Cashman Dredging & Marine Contracting Co., LLC (W912EP19D0024); Cavache Inc. (W912EPD0025); Continental Heavy Civil Corp (CHC) (W912EP19D0026); Cottrell Contracting Corporation (W912EP19D0027); Great Lakes Dredge & Dock Company, LLC (W912EP19D0028); J.T. Cleary Inc. (W912EP19D0029); Manson Construction Co. (W912EP19D0030); Marinex Construction, Inc. (W912EP19D0031); Norfolk Dredging Company (W912EP19D0032); Orion Marine Construction, Inc. (W912EP19D0033); Southern Dredging Co., Inc. (W912EP19D0034); The Dutra Group (W912EP19D0035); Waterfront Property Services, LLC dba Gator Dredging (W912EP19D0036); Weeks Marine, Inc. (W912EP19D0037). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP 1 - UNRESTRICTED DREDGING MATOC POOL. The proposed project will be split between base and two options for the placement of beach compatible material within the Town of Palm Beach, Florida. Base and Option A work will be performed along the 2.8 mile segment known as Mid-Town Segment. Option B work will be along the 1.6 mile segment known as Phipps Ocean Park. The two placement areas are separated by 3.4 miles of shoreline. The base is approximately 2.4 miles long between Wells Road (R-91) to Banyan Road (R-102). Option A is 0.4 mile segment between Miraflores Dr. (R-89) to Wells Road (R-91). Lastly, Option B is a 1.6 mile segment to place beach compatible sand onto the beach from 300 feet north of R-119 to R-127. The primary sand source is a mile offshore of Singer Island which is about 5.8 miles north of Mid-Town segment and 11.6 miles north of Phipps Ocean Park. For the Mid-Town segment, there are dedicated pipeline corridors for the Contractor to laydown their submerged pipe. For the Phipps Ocean Park, there are no dedicated corridors. Other features within the project work area is an assortment of existing shoreline protection measures such as groins, t-heads and revetments where fill will need to be on or around these structures. The mid-townk3segment contains the highest density of these types of structures. Other project work includes, but not limited to the following: turbidity monitoring, environmental species monitoring, beach tiling, and potentially sea turtle non-capture trawling. PROJECT LOCATION: The project is located on Palm Beach Island along Florida's Atlantic Coast in Palm Beach County. Palm Beach Island is about 15.6 miles long and bounded to the north by Lake Worth Inlet and to the south by South Lake Worth Inlet. Lake Worth Lagoon and Intracoastal Waterway (IWW) separate Palm Beach Island from the mainland. The town of Palm Beach occupies the northern most limit of the island about 10.k3c5 miles. The remaining occupied parts is the City of Lake Worth, the towns of South Palm Beach, Lantana, and Manalapan. Access to the island is via Flagler Memorial Bridge, Royal Park Bridge, and Southern Boulevard Bridge. ORDER OF WORK: Base and Option A work completed by April 30, 2020 and Option B work completed by April 30, 2021. NAICS Code 237990, size standard $27.5 million. Magnitude of construction is between $12,750,000.00 and $18,000,000.00. The Request for Proposal will be issued on or about 8 November 2019 and proposals will be due on or about 8 December 2019. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The technical evaluation factors are availability of technically acceptable plant and equipment and past performance. See attached request for proposal for submission requirements. The Request for Proposal will be issued in electronic format only and will be posted on the Federal Business Opportunities website (Fed Biz Opps) at https://www.fbo.gov. In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to 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/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/GROUP1-18-R-J006/listing.html)
- Place of Performance
- Address: Mid-Town Segment Palm Beach, Palm Beach, Florida, 33404, United States
- Zip Code: 33404
- Zip Code: 33404
- Record
- SN05480226-W 20191024/191022230653-e406c7af0e328b3d50dd10d2d813e8a4 (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 |