MODIFICATION
Y -- Intracoastal Waterway, Jacksonville to Miami, Dredged Material Management Area IR-2 (Construction Only), Indian River County, Florida
- Notice Date
- 2/17/2010
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP10Z0009
- Response Due
- 2/26/2010
- Archive Date
- 4/27/2010
- Point of Contact
- Beau Corbett, 904-232-1388
- E-Mail Address
-
USACE District, Jacksonville
(beau.corbett@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ***INTERESTED CONTRACTORS MUST INCLUDE BONDING INFORMATION (ON THE BONDING COMPANY LETTERHEAD) THAT THE COMPANY HAS THE CAPABILITY TO PROVIDE BONDING UP TO $10 MILLION PER PROJECT, SEE (5) BELOW*** ***THIS IS A CONSTRUCTION PROJECT, NOT A DREDGING PROJECT*** ***THE E-MAIL ADDRESS PREVIOUSLY LISTED FOR MR. BEAU CORBETT WAS INCORRECT; THE CORRECT E-MAIL ADDRESS IS BEAU.J.CORBETT@USACE.ARMY.MIL. THE SOURCES SOUGHT DEADLINE HAS BEEN EXTENDED TO 26 FEBRUARY 2010*** ***PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A BID ON THIS PROJECT*** This announcement constitutes a Sources Sought Synopsis. This is not a Request for Proposal. The responses to this Synopsis will be used as a Market Research tool in order to identify Service-Disabled Veteran Owned Small Business (SDVOSB) firms for the purpose of determining how the upcoming solicitation will be advertised. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue a solicitation, it will be assigned a Procurement Identification Number such as W912EP-10-B-XXXX. The project consists of constructing an upland disposal area located in Indian River County, Florida. The IR-2 disposal area dikes will be constructed to elevation 14.0 ft NAVD 88. The disposal site area includes requirements for clearing and grubbing, fencing, access road construction, weir structures, and slope protection. The dredged material containment basin will be surrounded by a perimeter access road and perimeter ditch. All slopes will be maintained at 3H:1V. The dikes crest elevation will be 14 ft NAVD and the basin bottom elevation is to be 1.5 ft. Twin box riser weirs with composite weir boards will be employed for the decant water system. Wetland impact of 1.55 acres will be mitigated for onsite with 5.95 acres making up a small on-site mitigation bank. Magnitude of construction is estimated to be between $5,000,000.00 and $10,000,000.00. Please provide a Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This SOC should be a maximum of five pages and include, at a minimum: (1) your intention to submit a bid on this project when it is formally advertised; (2) verification that your company is a certified SDVOSB; (3) brief description of your companys capabilities including your capability to mobilize construction equipment and materials to the project location; (4) brief references of jobs your firm has performed within the past three years on similar type work (include as a minimum the project title, type of work, and the magnitude of construction); and (5) bonding information (on bonding company letterhead) that the company has a capability to provide bonding up to $10 million per project. NOTE: IF YOU DO NOT INTEND TO SUBMIT A BID ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Responses to this Sources Sought Synopsis must be received not later than 26 February 2010 and shall be sent to the attention of Mr. Beau Corbett by fax at (904) 232-2748; via e-mail to beau.j.corbett@usace.army.mil; or by mail to U.S. Army Corps of Engineers, Contracting Division, CESAJ-CT-C, 701 San Marco Blvd., Jacksonville, Florida 32207. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code is 237990 and the Small Business size standard for construction is $33.5 million. ***For performance of work requirements for Service-Disabled Veteran Owned Small Business see Federal Acquisition Regulation (FAR) 19.1405, 19.1407 and 52.219-27***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP10Z0009/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN02066900-W 20100219/100217234650-c88fd596162021cbda24f09170e14b5a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |