SOURCES SOUGHT
Y -- Comprehensive Everglades Restoration Plan, Indian River Lagoon South, C-23/24 North Reservoir, S-425 and Afterbay, Contract 4B, St. Lucie County, Florida
- Notice Date
- 3/18/2025 10:21:23 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP25Z0008
- Response Due
- 4/21/2025 11:00:00 AM
- Archive Date
- 05/06/2025
- Point of Contact
- Walter Love, Phone: 9042322021, Manuela Voicu, Phone: 3146377452
- E-Mail Address
-
walter.d.love@usace.army.mil, manuela.d.voicu@usace.army.mil
(walter.d.love@usace.army.mil, manuela.d.voicu@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) 2026 award of the construction of the S-425 Sag Culvert, pump station afterbay embankment and adjoining embankment. as part of the Comprehensive Everglades Restoration Plan, Indian River Lagoon South, C-23/24 North Reservoir, S-425 and Afterbay, Contract 4B project. 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 Jacksonville District seeks interested and capable offerors for work involving a portion of the C-23/C-24 North Reservoir including an access road, earthen embankment, pump station, drainage canal, and culverts in St. Lucie County adjacent to the C-24 Canal, within the northwestern portion of the C-24 drainage basin. The project is bounded by the C-24 Canal on the east, State Road 70 on the south, and a mix of wetlands, agricultural lands, and livestock grazing lands that have sparsely distributed residents along the northern, southern, and western boundaries. The project area is approximately 90 acres. The embankment length is about one quarter mile, and the embankment height is approximately 29 feet above the average existing elevation. The C-23/C-24 North Reservoir is designed to hold 32,612 ac-ft of water at Normal Full Storage Level when fully constructed. The Normal Full Storage Level is EL. 38.5 feet North American Vertical Datum of 1988 (NAVD88). The embankment crest is EL. 51.0 feet NAVD88. The embankment is earth fill with a soil cement bentonite cutoff wall. Soil cement is used on the interior slope to provide against soil erosion. The embankment contains a blanket drain with a two-stage filter at the seepage collection pipe. The work includes construction of a project access road from SR70. There is property between the embankment and the C-24 canal that can be used for staging. The work includes constructing the pump station afterbay embankment and adjoining embankment along with soil cement. The work includes constructing the S-425 Sag Culvert from the reservoir to its connection at the previously constructed portion of S-425 at the C-23/24 Stormwater Treatment Area. The pump discharge pipes begun in Contract 4A for the pump station will also be completed as part of this contract. Although not specifically noted, construction staging can be anywhere within the limits of construction, provided that the staging does not affect other contractors on the project. Coordinate staging with other contractors on the project site. Specific Project Challenges Coordination of staging and performance with other contractors on the work site. Constructing the S-425 Sag Culvert in the wet across the existing C-24 canal. Constructing an embankment including cut off wall, chimney drain, and blanket drain. Constructing soil cement embankment cover. The estimated Magnitude of Construction is between $100,000,000 and $250,000,000. The estimated period of performance is 1,095 calendar days after receipt of the 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 $45 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 soil cement bentonite cutoff wall (2) preparation of earthen embankment foundations (3) 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 and (4) construction of an SRPE culvert in the wet with connection to dewatered portion. 4. Firm shall identify their Small Business classification and Small Business Size. Small Business Small Disadvantage Business 8(a) Small Business VOSB 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: When looking at the typical sections and the project site, does your firm have any suggestions to increase efficiency during construction? Understanding that the Foundation will have been mapped, prepared, and will be turned over in sections. Would your firm anticipate setting up a batch plant for concrete production on-site? How would your firm intend to process and stockpile fill material? Centralized processing plant(s), mobile processing, other? Would your firm have any concerns processing soil/aggregate from on-site for generating soil cement? Would your firm anticipate problems with placement of soil cement? How will your firm protect filter material from cross contamination with other embankment material during placement? How would your firm plan to protect exposed embankment as construction progresses? Would your firm any specific challenges for foundation preparation and tying into features constructed by others? How would your firm approach control of surface and groundwater in this contract over the long term? Some activities require a �dry� working surface. Management of surface and subsurface water is a critical element of this contract. Would your firm have any concerns/recommendations for site access, laydown, and disposal area availability? Does your firm have any concerns working adjacent to other construction contractors? How will your firm minimize or mitigate conflicts? Understanding that limits of construction do overlap and that construction of other features is and will be ongoing during execution of this contract. Does your firm believe the period of performance of 1,095 calendar days is reasonable? Does your firm anticipate supply chain or Buy American issues? How will your firm adequately supply labor for the project? Does your firm have concerns securing labor resources for work in a remote location? Is there any reason or additional concern that may constrain your firm�s interest to compete for this construction contract? 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 21 April at 2:00 PM, EDT. All responses under this Sources Sought shall be sent to Ms. Manuela Voicu via email at manuela.d.voicu@usace.army.mil and Mr. Walter Love at walter.d.love@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/ad9dcafb286b46f99acb97ef8596fc77/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN07376668-F 20250320/250318230054 (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 |