Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2019 FBO #6557
SOLICITATION NOTICE

Y -- Comprehensive Everglades Restoration Program Biscayne Bay Coastal Wetlands - Phase I Project, L-31 Flow-way Pump Station S-709, Miami-Dade County, Florida

Notice Date
11/6/2019
 
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
W912EP20R0002
 
Point of Contact
Timothy G. Humphrey, Phone: 904-232-1072, Brian J. Kilpatrick, Phone: 9042321792
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, brian.kilpatrick@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, brian.kilpatrick@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Biscayne Bay Coastal Wetlands Phase 1 project includes construction activities associated with the construction of one electric powered pump station designated as S-709. S-709 is a 40 cfs pump station located north of the C-103 canal on the L-31E canal. S-709 will pump water from the C-103 canal and discharge to the north into the L-31E canal using (2) 20 cfs submersible pumps. Pump station S-709 will also have a sixty inch culvert with a slide gate to pass flows during emergencies when the pump station is not operable. The pump station consist of sheet pile headwalls and wingwalls, with precast concrete intake boxes that are placed in the wet between the sheet pile headwalls. Flowable fill is placed between the precast boxes and sheet pile headwalls. A precast concrete deck is positioned over the precast boxes and concrete cap. In water construction utilizing divers will be necessary, because dewatering is difficult due to the local geology and high conductivity. The pump station has a trash rack on the intake side and flap gates on the discharge side. The culvert consists of a 60 inch HDPE diameter pipe that will be encased by flowable fill placed underwater. The culvert headwalls are precast concrete placed in the wet and grouted between two steel king piles. A stainless steel slide gate is mounted to the headwall and is operated by an electric actuator. Controls will be located in a standalone precast concrete building located adjacent to the pump station structure. Construction activities include installation of precast concrete, H-piles, king piles, sheet piles, concrete piles, precast concrete, cast-in-place concrete, tremie concrete, flowable fill, HDPE culvert, slide gate, precast control building, pumps, pump platform, pump station controls, electrical work, lighting, lightning protection, fencing. Construction activities also include excavation, backfilling, stockpiling, clearing and grubbing, grading, placement of topsoil, sodding, limerock road topping, riprap and bedding stone. Construction activities also includes installation of stilling wells, stilling well platforms, staff gauges and floating barriers. Additional construction activities may include dewatering, and installation of cofferdams. PROPOSAL REQUIREMENTS: AWARD WILL BE MADE TO THE OFFEROR WHO SUBMITS THE LOWEST PRICED, TECHNICALLY ACCEPTABLE (LPTA) PROPOSAL. PROPOSALS WILL BE EVAULATED BASED ON TECHNICAL ACCEPTABILITY (DEMONSTRATED EXPERIENCE AND PAST PERFORMANCE) AND PRICE. The performance period is approximately 410 calendar days after Notice to Proceed (NTP). NAICS Code 237990, size standard $39.5 million. Magnitude of construction is between $3,000,000.00 and $8,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about 20 November 2019 and proposals will be due on or about 20 December 2019. Solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website at http://www.fedbizopps.gov/. 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/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP20R0002/listing.html)
 
Place of Performance
Address: Miami-Dade, Florida, United States
 
Record
SN05491218-W 20191108/191106230647-0f8712832e03b1a445b3461088b8856a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.