Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2022 SAM #7555
SOURCES SOUGHT

Y -- Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, C-11 Impoundment Plan, Broward County, Florida

Notice Date
8/5/2022 12:02:32 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP22Z0020
 
Response Due
9/6/2022 11:00:00 AM
 
Point of Contact
James T. Tracy, Phone: 9042322107, Deborah Torrence, Phone: 9042321007
 
E-Mail Address
james.t.tracy@usace.army.mil, deborah.d.torrence@usace.army.mil
(james.t.tracy@usace.army.mil, deborah.d.torrence@usace.army.mil)
 
Description
This 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 U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to gauge the 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. �This requirement is for the potential fiscal year (FY) 2023 award of the construction of the C-11 Impoundment as a part of the Broward County Water Preserve Areas Project. The C-11 Impoundment contract includes an above-ground earthen impoundment, levees, canal system, a mitigation area, two new recreational bridges, boat ramps, multiple hydraulic structures including a pump station (S-503), gated and ungated culverts, an emergency spillway, weirs, and other ancillary features. There is no solicitation at this time. �This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville Districts anticipates the issuance of a Request for Proposal (RFP). �No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information requested. Project Description: The Broward County Water Preserve Areas (BCWPA) C-11 Impoundment Project purpose is to direct stormwater runoff events from the western C-11 drainage basin into the impoundment instead of pumping the untreated runoff into an adjacent water conservation area (WCA 3A). The impoundment pool will also assist in reducing seepage from WCA 3A and the future WCA 3A/3B Seepage Management Area, thereby increasing groundwater recharge in the vincinity of the impoundment and providing an additional source of water for meeting municipal and agricultural water supply demands, and for preventing saltwater intrusion into drinking water aquifers. The C-11 Impoundment Project is predominantly located within the City of Weston, adjacent to the Town of Southwest Ranches in western Broward County. The project�s western boundary is adjacent to U.S. Highway 27. The project�s norther boundary is approximately 3.5 miles south of the Interstate 75/U.S. Highway 27 Interchange. The southern boundary is the C-11 Canal. The C-11 Impoundment is surrounded by the D-511 embankment which consists of approximately 6 miles of earthen embankment surrounding 1,010 acres. The impoundment is designed to hold a minimum of 4,600 ac-ft at a normal pool depth of 4.7 feet North American Vertical Datum of 1988 (NAVD88).� The embankment height is approximately 14.5 feet above the average existing elevation. The impoundment will be bounded by a newly constructed C-511 canal on three sides and the existing C-11 canal along the southern boundary. The C-511 canal ranges in width from 182 feet to 123 feet, with a bottom elevation of between -23 feet and -2.5 feet NAVD88; respectively. To the north of the impoundment is the project�s Mitigation Area A, which consists of 113 acres of restored habitat; i.e. removal of invasive plant species and replanting of native vegetation. The embankment is earth fill and will be constructed with a chimney drain, consisting of a granular material to intercept seepage within the embankment, a blanket drain, and a toe drain. The chimney drain will be connected to a horizontal blanket drain to transport the seepage to the toe of the embankment and to a toe drain system that will discharge to the seepage canals. The crest will have a soil cement surface and the upstream slope of the embankment will be armored with an erosion protection layer consisting of a flat plate soil cement or cement stabilized aggregate. The downstream slope of the embankment will consist of a grass cover to minimize erosion. The work includes construction of the following major structures. One single barrel, ungated, 4.5� diameter, High Density Polyethylene (HDPE) culvert which conveys water from an area north of Mitigation Area �A� to the headwater of the C-512 canal. One pump station with a 1,050cfs total capacity for seepage and intake flows to the impoundment. One single barrel, 5�x6� box culvert with remotely operated slide gates which serves as an embankment dam discharge. One double barrel 8�x8� box culvert with slide gates which serves as the embankment dam�s main discharge structure. One emergency discharge overflow spillway with a crest width of 150 feet. � One single barrel 8�x8� box culvert with weir and sluice gate, which provides optimal seepage stage and discharge excess seepage from the C-511 canal to the C-11 Canal in the event of a power failure at the seepage pump bank. Three broad crested weir structures; sheet pile with a concrete cap. One single barrel 10�x10� ungated box culvert, which provides conveyance of seepage from the C-511 canal to the C-11 canal. This culvert also provides access over the top along SW 45th Street to the S-503 Pump Station. One double barrel 6�x6�ungated box culvert, which provides access across the C-511 canal from SW 26th Street to the top of the D-511 embankment. One cast in place concrete pipe culvert with 4� diameter internal HDPE form and slide gate, which provides a water passage from the impoundment to Mitigation Area �A�. One double barrel 6� diameter HDPE culvert with stoplog risers, which discharges Mitigation Area �A� to the C-512 canal. One single 4� diameter barrel HDPE gated culvert, which provides conveyance of water from Mitigation Area B to the C-512 canal. One triple barrel 6� diameter HDPE culvert with flap gate, which provides conveyance for seepage to the C-511 canal. One single 4� diameter barrel HDPE culvert with 4� diameter internal HDPE form and risers, which provides conveyance for seepage to the C-511 Canal. One ungated 48� HDPE culvert, which provides drainage conveyance from environmentally sensitive lands to the C-511 canal. One single barrel 30� HDPE gated culvert, which controls wet and dry season flows from an existing mitigation area to the C-511 canal. Specific Project Challenges: The C-11 Impoundment encapsulates approximately 917 acres of wetlands; some quality wetlands and some of lesser quality. Approximately 215 acres of quality wetlands have been identified for avoidance during construction (i.e. no borrow, avoidance of staging and access, and mechanical clearing of stands of woody vegetation of greater than 4-inches only). The work will require significant surface and groundwater management for the duration of construction to ensure proper foundation preparation and construction occurs per project specifications.� USACE will obtain the appropriate Comprehensive Everglades Restoration Plan Regulation Act (CERPRA) permit from the Florida Department of Environmental Protection (FDEP), however the construction contractor will be responsible for obtaining additional permits from the FDEP and the SFWMD for water use authorization and stormwater discharge during construction. Work will require the excavation and processing of several million cubic yards of material to be used as embankment fill.� Embankment dam internal drainage features will have very specific criteria and will require importing material from off-site.� The full interior and crest of the embankment dam will be covered with soil cement.� Aggregate for soil cement will be obtained from off-site sources.�� The proposed structures will require construction of cofferdams and significant dewatering to maintain a dry working surface on the cofferdams interior for construction of these mass concrete structures.� Cofferdams and dewatering system design for the structures will be the responsibility of the construction contractor. The contractor must be able to provide as-builts of the finished work acceptable to the Government. The Estimated Magnitude of construction is over $500,000,000. The estimated period of performance is 1,825 calendar days from receipt of the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. �The Small Business Size Standard for this project is $39.5 million. Firm�s response to this Synopsis shall be limited to 10 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 submitting a proposal on the solicitation when advertised. 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 from the date of this Sources Sought.� Firm should provide at least two examples which, at a minimum, include the following: Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project Emphasis should be on projects that included (1) construction of earthen embankments (2) construction of soil cement, (3) construction of mass concrete structures and (4) management of surface and groundwater in areas that experience on average greater than 50 inches of rain annually and groundwater is at or within two (2) feet of the surface. 4.� Firm shall identify their Small Business classification and Small Business Size. Small Business, Small Disadvantage Business 8(a) Small Business SDVOSB WOSB HUBzone If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.� 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. 7. Firm�s responses to the following technical questions:���� Has your firm constructed any impoundments and/or earthen embankments in central or south Florida? Has your firm constructed any pump stations and/or hydraulic structures in central or south Florida? How would your firm plan to protect exposed embankment as construction progresses? How will your firm protect filter material from cross contamination with other embankment material during placement? What capabilities does your firm have for processing soil material? How would your firm intend to process and stockpile fill material?� Centralized processing plant(s), mobile processing, other? Would your firm anticipate problems with placement of soil cement? How would your firm manage site drainage to facilitate foundation preparation and embankment construction during the wet season? How would your firm approach control of surface water or groundwater in this contract over the long term? Does your firm believe the period of performance is reasonable? Does your firm anticipate supply chain issues? How will your firm adequately supply labor for the project? Is there any reason or additional concern that may constrain your firm�s interest to compete for this construction contract? 8.� Project Labor Agreement (PLA) - On 4 February 2022, an Executive Order (EO) was issued requiring large construction projects valued at $35 million or larger to utilize PLAs. The EO mandates that all contractors and subcontractors be a party to a labor agreement with one or more labor organizations. Due to the magnitude of this project, the EO is applicable to this acquisition. Although the EO has not yet been incorporated into the Federal Acquisition Regulation (FAR), it is likely that by the time this requirement is solicited, PLAs will be required.� As such, this Sources Sought Synopsis seeks to determine the potential impacts of PLAs on this project.� Please provide feedback regarding how the requirement for a PLA will impact your interest in submitting a proposal in response to the planned solicitation.� PLA Executive Order for reference: https://www.whitehouse.gov/briefing-room/presidential-actions/2022/02/04/executive-order-on-use-of-project-labor-agreements-for-federal-construction-projects/ All responses to this Source Sought Synopsis will be evaluated and used in determining acquisition strategy. NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON 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 Synopsis by no later than September 6, 2022, at 2:00PM, EST. �All responses under this Sources Sought shall be sent to James Tracy via email at james.t.tracy@usace.army.mil and Deborah Torrence at deborah.d.torrence@usace.army.mil. Prior Government contract work is not required for submitting a response under this Sources Sought. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. 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://sam.gov/opp/36c5ab119825429d9cd16e89c3f4c05c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06416805-F 20220807/220805230122 (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.