Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2020 SAM #6713
SOLICITATION NOTICE

Y -- HURRICANE AND STORM DAMAGE REDUCTION PROJECT, FLAGLER BEACH INITIAL NOURISHMENT 2020, FLAGLER COUNTY, FLORIDA

Notice Date
4/14/2020 6:44:15 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
GROUP1-18-R-J014
 
Response Due
8/24/2020 11:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
Brian J. Kilpatrick, Phone: 9042321792, James T. Tracy, Phone: 9042322107
 
E-Mail Address
brian.j.kilpatrick@usace.army.mil, james.t.tracy@usace.army.mil
(brian.j.kilpatrick@usace.army.mil, james.t.tracy@usace.army.mil)
 
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. A Pre-Proposal Conference will be held on 5 August 2020 @ 10:00am, Local Time via teleconference.� The call-in number is: 877-336-1839, the Access Code is: 7686743, and the SECURITY CODE is: 1234.� It is requested that an email be sent to brian.j.kilpatrick@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: The proposed beach restoration project will nourish approximately 2.6 miles of shoreline along a portion of Flagler Beach, in Flagler County, Florida, providing an equilibrated 10-foot extension of the 2007 profile between FDEP Range Monuments R-80 and R-94. The baseline dune position is also considered the alignment of State Road A1A to ensure the road has adequate protection.� The time stated for completion shall include final cleanup of the premises. �In order to achieve the desired equilibrated profile, the project includes construction of both a dune and beach berm. The dune has a crest height at +19.0 North Atlantic Vertical Datum of 1988 (NAVD88) for the entire length of the project between R-80 and R-94 with a 1V:2.5H slope on the seaward face. The beach berm is 40 feet wide sloping 1V:80H from +11.0 NAVD88 down to +10.5 NAVD88 with a foreshore slope of 1V:10H to tie into existing grade. Tapers will be included at the north and south end of the dune and beach berm template extending approximately 200 feet, providing a gradual transition from the proposed beach restoration project template to the existing shoreline. The construction template described above includes a +0.5-foot high tolerance allowance. Planting of dune vegetation will take place following completion of constructed segments. Sand for the project will be dredged offshore from Borrow Area 3A, Cut-A.� The estimated period of performance for the required work is 180 calendar days after the Contractor receives the notice to proceed. Project Location: The project is located in Flagler Beach in Flagler County, Florida. NAICS Code 237990, size standard $30 million. Magnitude of construction is between $10,000,000.00 and $15,000,000.00. The solicitation will be issued on or about 22 July 2020 and proposals will be due on or about 24 August 2020. �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.� Solicitation will be issued in electronic format only and will be posted on the beta Sam.Gov website at https://beta.sam.gov/.� In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the beta Sam.Gov website at https://beta.sam.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
SAM.gov Permalink
(https://beta.sam.gov/opp/9a5943760ae443f2ba8a0f958c83c1c4/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05620467-F 20200416/200414230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.