Comprehensive Everglades Restoration Plan (CERP), Indian River Lagoon South, C-23/24 Stormwater Treatment Area, St. Lucie County, Florida

expired opportunity(Expired)
From: Federal Government(Federal)
W912EP20Z0031

Basic Details

started - 04 Jun, 2020 (about 3 years ago)

Start Date

04 Jun, 2020 (about 3 years ago)
due - 07 Jul, 2020 (about 3 years ago)

Due Date

07 Jul, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W912EP20Z0031

Identifier

W912EP20Z0031
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698239)DEPT OF THE ARMY (131604)USACE (37539)SAD (4408)US ARMY ENGINEER DISTRICT JACKSONVI (729)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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) 2021 award of the aforementioned project.  The purpose of this synopsis is to gauge knowledge 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 ProjectThe work includes construction of an approximately 1,300-ft long, 84-in diameter sag culvert passing under the C-24 canal connecting on one end to a future planned reservoir and on the other end to a stormwater treatment area (STA).  The sag culvert will be constructed out of HDPE pipe.  The section below the planned reservoir embankment will be encased with cast-in-place concrete to meet dam safety requirements per EM 1110-2-2902.  The barrel invert elevations are as follows: Reservoir Side (West of C-24 Canal) 15.00-ft-NAVD88, Under C-24 Canal -2.50-ft-NAVD88, and STA Side (East of C-24 Canal) 15.00-ft-NAVD88.  The work also includes excavation for foundation, foundation preparation and construction, backfill to pre-existing ground, placement of stone protection, placement of headwalls, gates, buildings, and installation of all power and control equipment for the sag culvert.   Specific Project Challenges:The method and sequence of construction for the sag culvert under the existing C-24 canal (barrel invert elevation at -2.50-ft-NAVD88).  The C-24 canal must remain operable throughout construction.Existing Florida Power & Light (FPL) service towers are approximately 100-ft from the sag culvert centerline on the STA side (east of the C-24 canal).  Experienced personnel will be required to avoid this existing infrastructure.  In addition, vehicle traffic access must be maintained for FPL to access the project site and existing infrastructure during construction. The contractor shall provide means and methods/plan for the ongoing maintenance of the 1,300 foot long sag culvert during emergency and non-emergency conditions after construction.  Maintenance includes how inspections will be performed (e.g., dewatering, entry/walkthrough methods, remote methods, etc.), how sediment and debris will be removed (e.g., pipeline pigging), and how repairs and future major rehabilitation will be performed, etc.  The contractor must be able to provide as-builts of the finished work acceptable to the Government.The solicitation will be issued on or about July 2021 and proposals will be due on or about August 2021. The official Synopsis citing the solicitation number will be issued on the Beta.SAM Contracting Opportunities Website: https://beta.sam.gov.In accordance with (IAW) DFARS 236.204, the estimated magnitude of construction is between $25,000,000.00 and $100,000,000.00.The estimated period of performance is 1,460 calendar days after 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 ten (10) years). A brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project should be provided.  Firms should provide at least 2 examples with emphasis on projects that included similar environmental conditions and requirements.4.  Firm’s Business category and Business Size –Other than Small, Small Business, 8(a), SDVOSB, WOSB, or 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.All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy.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 7 July 2020 by 2:00 PM Local Time. All responses under this Sources Sought Notice must be emailed to Mr. Brian Kilpatrick via email at brian.j.kilpatrick@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. 

FL   USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Y1KACONSTRUCTION OF DAMS