Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOLICITATION NOTICE

Y -- Kissimmee River Restoration Project, CSX Railroad Bridge, Highland and Okeechobee Counties, FL

Notice Date
4/30/2010
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-10-R-0028
 
Response Due
9/30/2010
 
Archive Date
11/29/2010
 
Point of Contact
Pamela Shirley, 904-232-1992
 
E-Mail Address
USACE District, Jacksonville
(pamela.j.shirley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The CSX Railroad Bridge in Highlands and Okeechobee Counties, Florida is part of the Kissimmee River Restoration Project (KRR). The work includes the following: construction of a new bridge to carry the CSX Railroad across a restored section of the Kissimmee River, and incidental related work. The new bridge is to be on the existing mainline railroad alignment. It is necessary to build a temporary detour railroad section with its centerline 75 feet north of the mainline centerline that will be removed after the bridge is complete. Work includes: Erosion and sediment control measures; demolition of remnant portions of a previous bridge; clearing and grubbing; earthwork; building a temporary track detour; building permanent track; channel excavation; riprap; and grassing. The following is included in the bridge construction: Piling (foundations and fender system support); substructure; superstructure; and fender system. Coordination with the CSX Railroad for removal of existing track-work, installation of temporary track-work, installation of new track-work, and relocation of CSX signal cable will also be required. The project also includes Construction of a limestone/shell aggregate maintenance road parallel to portions of the north and south sides of the CSX right of way and installation of a new fence. All material to perform the temporary and permanent track-work (over Sub-ballast) will be furnished by the government. CSX will perform all necessary connections to the temporary track and permanent track installed by contractor. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposal will be evaluated on Technical Merit, Past Performance, Small Business Participation, and Price. Performance period is approximately 720 days, excluding final establishment of grass after seeding. Magnitude of construction is between $5,000,000 and $10,000,000. Solicitation will be issued on or about 15 May 2010 and will close on or about 30 June 2010. THIS IS AN UNRESTRICTED ACQUISITION. There will be a price preference for certified HUBZone small business concerns that comply with the requirements in the solicitation as stipulated in FAR 19.1307. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) Acquisition Business Website at https://acquisition.army.mil/. Interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizops.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holder List, all interested offeror must also REGISTER AS INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbisopps.gov/. You must be registered in the Central Contractor Registration in order to be eligible to receive an award for this solicitation. Please call 1-888-227-2423 for more information. Also, you must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive and award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov/. The NAICS Code is 237310 and the size standard is $33.5 Million Dollars.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-10-R-0028/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02137687-W 20100502/100430235829-5c735ce1d33cec863294f2eca10da9fd (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 |
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.