Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2025 SAM #8501
SOLICITATION NOTICE

Y -- Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, Contract 2, C-11 Impoundment and Mitigation Area A, Broward County, Florida

Notice Date
3/5/2025 1:45:13 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP25R0005
 
Response Due
3/11/2025 12:00:00 PM
 
Archive Date
03/26/2025
 
Point of Contact
Ligaya Lowe, Phone: 9042322750, Manuela Voicu
 
E-Mail Address
ligaya.m.lowe@usace.army.mil, manuela.d.voicu@usace.army.mil
(ligaya.m.lowe@usace.army.mil, manuela.d.voicu@usace.army.mil)
 
Description
PROJECT TITLE: Comprehensive Everglades Restoration Plan, Broward County Water Preserve Areas, Contract 2, C-11 Impoundment and Mitigation Area A, Broward County, Florida DESCRIPTION OF WORK: The U.S. Army Corps of Engineers, Jacksonville District, intends to issue a Request for Proposal (RFP) to award as a Design-Bid-Build, Single, Firm-Fixed Price, Construction Contract on a full and open basis utilizing FAR 15 procedures and the Bifurcated Best Value Tradeoff (BVTO) Approach also referred to as the Staggered Approach. This approach provides the advantages of a traditional Best Value Trade-off procurement method but advertises the 90% design while the Ready to Advertise 100% design is being finalized. The Bifurcated Best Value process means that a portion of technical proposals will be due first. At that time (Stagger 1), technical proposals will be evaluated against Factors 1 and 2 (Technical Merit and Past Performance) in the solicitation. Once the 100% design is completed, an amendment will be issued for 100% ready to advertise design and offerors will have 14 days to submit their proposals (Stagger 2) for Factors 3 and 4, Small Business Participation Plan and Price. The Broward County Water Preserve Area (BCWPA), Contract 2 project consists of a portion of the overall C-11 Impoundment project. Contract 2 consists of construction of dam and levee embankment, a mitigation area, water control structures, environmentally sensitive area (ESA) systems, lake backfill, drainage conveyance, ancillary features, and associated clearing, grubbing, planting, borrow, and material processing. Contract 2 is the second of three construction phases (combined with an initial land clearing Contract 2.1 and future Contract 3) to complete the overall C-11 Impoundment component of the BCWPA project. The overall completed C-11 Impoundment will be an above-ground earthen reservoir targeted to have a total storage of 4,600 acre-feet with an effective interior area of approximately 1,053 acres and a normal pool water storage depth of approximately 4.7 ft. The Contract 2 dam embankment (D-511) will have an approximate height of 15ft (crest elevation of 18.8 ft NAVD88). The Contract 2 portion of D-511 embankment will include roughly 4,800 ft of slurry wall along the southern alignments between stations 111+00 to 146+00 (east) and stations 204+00 to 218+00 (west). The slurry wall will be 41 ft tall (EL 6.0 ft NAVD88 to EL -35.0 ft NAVD) with a typical width of 2.5 ft. The proposed Mitigation Area �A�, is located north of the impoundment. It will 113 acres of wetland marsh. Water levels within the mitigation area will fluctuate approximately 1.0 ft above average ground elevation (5.3 ft NAVD88). The levees surrounding the mitigation area will have an approximate height of 3 ft (crest elevation of 7.3 ft NAVD88). Contract 2 includes 12 total Water Control Structures: - Gated Culverts S-506A, S-508B, S-508D, and S-511 - Ungated Culverts S-500A, S-505E, S-506B, S-508A, and S-509 - Fixed, Broad-crested Weirs S-505B, S-505C, and S-505F There are two environmentally sensitive areas (ESAs) which are to be protected during construction and ultimately excluded from the project by means of embankment alignment. The ESAs will be protected from disturbance during construction and will be avoided by completed project features. Contact 2 includes a requirement to backfill the existing Central Lake and an existing borrow area. These features are existing quarry pits estimated to be up to 55 feet deep and filled with water. Backfill of the Central Lake and Borrow Area will primarily consist of onsite muck material. However, the Contractor will be provided approximately 10,800 cubic yards of stockpiled limerock aggregate, located adjacent to SW 26th Street and the proposed construction staging area, which is approved to be placed in Central Lake. Contract 2 will require continuous stormwater management and conveyance of an approximate two square-mile drainage area north of the project site, which flows southward through the project site, plus any stormwater generated within the Contract 2 limits for the duration of the contract. Since stormwater flows will ultimately need to pass south through the future Contract 3 project limits for discharge into the C-11 Canal, stormwater management will include the following control requirements: - Stormwater system will convey a 100-year storm to the existing A/5 Canal outfall at the C-11 Canal. - Contractor will construct a temporary shallow drainage diversion ditch from the eastern C-511 Canal to the existing A/5 canal. The diversion ditch will be located along the boundary between the Contract 2 and Contract 3, in a zone of temporary construction limit for future resumption by others. - Contractor must not construct S-505F broad-crested weir until the eastern section of C-511 and the temporary diversion ditch to the existing A/5 canal are complete. Other project features and activities include clearing, grubbing, planting, borrow, material processing, boat ramps, soil cement embankment armoring, emergency stockpiles, instrumentation and monitoring stations, wetland preservation/protection, erosion control, and debris disposal. A pre-proposal conference/site visit will take place, and the date will be posted with the solicitation. Interested contractors are highly encouraged to attend and must follow conference registration and access requirements shown in the solicitation. NAICS Code is: 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard is $45 million. DFARS 236.204 - Disclosure of the Magnitude of Construction: over $500,000,000.00 The anticipated period of performance associated with this requirement is: 1,947 calendar days after receipt of the Notice to Proceed (NTP). The contractor shall commence work within 90 calendar days after receipt of the NTP. THIS IS AN UNRESTRICTED REQUIREMENT. ALL RESPONSIBLE OFFERERS ARE ENCOURAGED TO PARTICIPATE. The Request for Proposal (RFP) will be issued on or about 12 March 2025 and Stage 1 proposals will be due on or about 14 April 2025. The amendment to issue 100% design is anticipated be issued on or about 31 March 2025 with Stage 2 proposals due on or about 18 April 2025. Actual dates and times will be identified in the solicitation. The solicitation will be issued in electronic format only and will be posted on the Sam.gov website at https://sam.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Sam.gov website at https://sam.gov/. If you are not registered, the Government is not responsible with providing you with notification of any amendments 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/. All inquiries must be in writing via ProjNet. Instructions on how to access ProjNet will be included in the solicitation. All answers will be provided in writing via ProjNet. The only authorized transmission method for a proposal in response to this solicitation is electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. NO OTHER TRANSMISSION METHODS (EMAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.) WILL BE ACCEPTED. The offers must be received by the Government by the date/time specified in the solicitation. Offerers shall submit their proposal via the PIEE website's Solicitation Module using the following link: https://piee.eb.mil/. Instructions on how to submit a proposal can be found using the following link: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f9d5531a4f424d98a6d3f276c3375056/view)
 
Place of Performance
Address: Weston, FL, USA
Country: USA
 
Record
SN07361700-F 20250307/250307070529 (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.