Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2020 SAM #6772
SOURCES SOUGHT

Y -- COMPREHENSIVE EVERGLADES RESTORATION PLAN; BISCAYNE BAY COASTAL WETLANDS; L-31E FLOW-WAY; CONTRACT 5A (A PHASE I PROJECT): PUMP STATIONS S-703 AND S-705; RECREATIONAL SITES; MIAMI-DADE COUNTY, FLORIDA

Notice Date
6/12/2020 12:16:31 PM
 
Notice Type
Sources Sought
 
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
W912EP20Z0033
 
Response Due
8/28/2020 11:00:00 AM
 
Archive Date
07/28/2020
 
Point of Contact
Timothy G. Humphrey, Phone: 9042321072, Tedra Thompson, Phone: 9042321051
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil)
 
Description
This is announcement constitutes a Source Sought Synopsis.� This 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 is seeking interest from prospective bidders for a potential fiscal year (FY) 2020 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 Jacksonville District anticipates the issuance of 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. Description of the Project The BBCW Contract 5A covers the design of Pump Stations S-703, S-705, a spreader system, and two recreational sites. The S-703 pump station has a capacity of 50 cfs and is located at the intersection of the C-102 and L-31E Canal. The S-705 pump station has a capacity of 100 cfs and is located on the L-31E Canal at the intersection with the C-102. S-703 will pump water from the L-31E Canal/C-102 into wetlands, east of the L-31E Levee and north of the C-102, via a dissipation/spreader basin and an earthen spreader canal. S-705 will pump water into an L-31E Canal segment, south of C-102 and north of Military Canal. The water in this segment will flow, through culverts, into wetlands east of the L-31E Levee. S-705 will also feature a 72-inch culvert with a slide gate to pass flows for internal drainage. The two recreational sites will be located east of the L-31E Levee and north of the C-102, near Biscayne Bay. Work will include construction of an information kiosk and two tent sites/pads. The pump stations will have manatee protective barriers, trash racks, and dewatering features, complete with stop logs. The slide gate at S-705 will be operated by an electric-motor actuator. Controls will be located in a stand-alone, precast concrete building adjacent to the pump station structure. The pumps and gate will have remote operation capability. 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, an HDPE culvert, a slide gate, precast, concrete, control buildings, pumps, pump platform, pump station controls, electrical work, lighting, lightning protection, fencing, excavation, backfilling, stockpiling, clearing and grubbing, grading, placement of topsoil, sodding, limerock road topping, riprap and bedding stone, installation of stilling wells, stilling well platforms, staff gauges and floating barriers. Additional construction activities may include dewatering, and installation of cofferdams. In-water construction utilizing divers will be necessary, because of dewatering difficulty due to the local geology and high conductivity of the underlying limestone. The solicitation will be issued on or about 29 July 2020 and proposals will be due on or about 28 August 2020. The official Synopsis citing the solicitation number will be issued on the Beta.SAM Contracting Opportunities Website: https://beta.sam.gov. The Estimated Magnitude of construction is between $10,000,000 and $20,000,000. The estimated period of performance is 970 calendar days after receipt of the Notice to Proceed excluding final establishment of vegetation. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990 and the Small Business Size Standard is $39.5 million. � Firm�s response to this Synopsis shall be limited to (5) pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, website, and email address. 2. Firm�s interest in bidding on the solicitation as a Request for Proposal (RFP)) when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past (10) years). Firms should provide at least 2 examples which include, at a minimum, the following information: � � � A.� Provide a brief description of the previous projects which include: The Capability to execute and/or manage construction projects of comparable complexity and magnitude. Experience in working in water conditions requiring the use of divers. Experience in installation of steel H-Piles and Sheet piles. Experience in installation of earthen cofferdams, sheet pile cofferdams and dewatering. Experience in culvert installation. Experience in excavation, backfilling and grading. Experience working on a pump station construction project. b. Customer name c. Timeliness of performance d. Customer satisfaction e. Dollar value of the project 4.� Offeror shall identify their Small Business classification and Small Business Size _ Small Business _ Small Disadvantage Business _ 8(a) Small Business _ HUB Zone _ SDVOSB ������� _ WOSB� 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable � existing and potential. 6.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO PARTICIPATE IN THE SOLICITATION OF THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 3 July 2020 by 2:00 PM Local Time. All responses under this Sources Sought Notice must be emailed to Mr. Timothy Humphrey via email at Timothy.G.Humphrey@usace.army.mil and Ms. Tedra Thompson at Tedra.N.Thompson@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government solicitation.� To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/91d501e0e9674f138470828d7dbbe392/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05689184-F 20200614/200612230153 (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.