SOLICITATION NOTICE
Y -- Rio Puerto Nuevo Flood Control Project, Supplemental Contract 3: Channel Bottom and Wall Improvements Located in San Juan, Puerto Rico.
- Notice Date
- 3/1/2025 4:35:39 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SR TF VIPR SAN JUAN PR 00918-0000 USA
- ZIP Code
- 00918-0000
- Solicitation Number
- W51DQV25R0001
- Response Due
- 3/20/2025 2:00:00 PM
- Archive Date
- 04/04/2025
- Point of Contact
- Jaclyn Yocum, Travis Specht
- E-Mail Address
-
Jaclyn.C.Yocum@usace.army.mil, travis.j.specht@usace.army.mil
(Jaclyn.C.Yocum@usace.army.mil, travis.j.specht@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, Caribbean District, intends to issue a Request for Proposal (RFP) solicitation for construction services for the Rio Puerto Nuevo Flood Control Project, Supplemental Contract 3: Channel Bottom and Wall Improvements located in San Juan, Puerto Rico. The general scope of work includes but is not limited to the widening and deepening of the existing channel for flood control purposes by constructing two drilled shaft walls and dredging to the required depth. This contract also includes a tie-in structure at the Josefina Confluence, a transition to the existing river upstream, and a transition to an existing project at the downstream outlet. Other work includes sanitary sewer, water, and electrical utility relocations, as well as implementation of new stormwater inlets for drainage across the wall into the channel. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. An organized site visit is planned for this solicitation. The site-visit information will be provided with the official solicitation under FAR Clause 52.236-27 � Site Visit (Construction). If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. At this time, no options have been identified for this project. If the price schedule is changed to include options prior to the release of the solicitation, the pre-solicitation announcement will be modified. If the price schedule is changed to include options after release of the solicitation, the solicitation will be amended accordingly. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: Over $500,000,000.00. This solicitation will be issued as an RFP and evaluated in accordance with FAR 15.1, based on Best Value Trade-Off. The RFP will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 2,190 calendar days from Notice to Proceed (NTP). Bonding Requirements: Performance and Payment Bonds are required within 10 calendar days after award and the contractor shall begin work within 10 calendar days after receipt of the Notice to Proceed. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount listed under FAR Clause 52.211-12 � Liquidated Damages--Construction for each calendar day of delay until the work is completed or accepted. The solicitation will be available on or about March 20, 2025, and proposals will be due on or about May 5, 2025. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Proposals received in response to this solicitation will be evaluated in accordance with Federal Acquisition Regulations (FAR) Part 15 and award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government. The North American Industry Classification System (NAICS) Code for this project is 237990, with a size standard of $45,000,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. This solicitation is being issued as Unrestricted. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Prot g Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer. The solicitation will be issued in electronic format only and will be posted on the System for Award Management (SAM) website located at SAM.GOV. In order to receive notification of any amendments to the forthcoming solicitation, interested vendors must register as an interested vendor on the SAM website cited above. If you are not registered, the Government is not responsible for providing you with notification of any changes to the solicitation. Additional, be advised that your firm must be registered in 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://sam.gov/opp/72be3e041eb848e4a33c3db373ac6800/view)
- Place of Performance
- Address: San Juan, PR 00918, USA
- Zip Code: 00918
- Country: USA
- Zip Code: 00918
- Record
- SN07358050-F 20250303/250301230028 (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 |