SOURCES SOUGHT
Y -- Water Control Structures Reconstruction, Hendry, Glades, Highlands, St Lucie, Palm Beach, and Martin County, Florida
- Notice Date
- 3/18/2011
- Notice Type
- Sources Sought
- 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
- W912EP-11-R-0030
- Response Due
- 4/18/2011
- Archive Date
- 6/17/2011
- Point of Contact
- TzeLeong Steven Chang, 904-232-1921
- E-Mail Address
-
USACE District, Jacksonville
(tzeleong.s.chang@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Water Control Structures Reconstruction, Hendry, Glades, Highlands, St Lucie, Palm Beach, and Martin County, Florida This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. 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. Scope of work is to replace 1930s era culverts and drainage structures which penetrate the Herbert Hoover Dike with water control structures meeting all current USACE engineering design criteria for dam safety projects. The construction will breach an embankment Dam (Herbert Hoover Dike). The reservoir (Lake Okeechobee) will be retained with a cofferdam. The contractor will construct a water control structure through the embankment Dam, and reconstruct +/- 500 feet of earthen embankment Dam around each new water control structure. Contractor will need experience and resources to manage heavy construction projects that include: large volumes of earthwork excavation and embankment Dam reconstruction; auger cast concrete steel reinforced piles; large scale steel sheet pile cofferdam constructed within the reservoir capable of supporting 26.5 feet of hydraulic head; grouting; portable concrete batch plants; cutoff walls 50 feet deep such as auger cast secant, jet grout, and/or soil cement bentonite; large scale concrete outlet structures; concrete gravity walls; and hydraulic steel structure fabrication such as welded steel water control gates and welded steel emergency bulkhead components classified as fracture critical structures. The completed project is not a collection of individual components, but a system of interrelated components which must function together. Contractor must be able to design and operate a dewatering system within the cofferdam to maintain a dry work area 10 to 18 feet below surface water of reservoir. Contractor must be able to design and operate construction bypass pumping systems sized from 50 CFS to 200 CFS, and operate as required by user demands. In order to minimize the duration that the embankment Dam is breached, the Contractor will need capability and resources to mobilize large amounts of equipment, materials, and personnel to remote locations to work on multiple sites concurrently. Due to population centers around the embankment Dam, an uncontrolled breach carries loss of life consequences. Construction may occur during hurricane season. NOTE: Provide experiences based on the above. However, the experience does not have to be all inclusive. Projects may be awarded as one contract or several different projects. Proposed project will be a competitive, Firm-fixed Price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. The Government reserves the right to issue multiple types of contract under this market research. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE 1. NAICS Code: 237990. 2. SB Size Standard: $33.5 million. 3. Bonding Requirements: The Government is looking for contractors with bonding capabilities in the following groupings: $5,000,000-$10,000,000; $10,000,000-$25,000,000; and $25,000,000 and up. 4. Geographical scope information: The culverts are located within Hendry, Glades, Highlands, St Lucie, Palm Beach and Martin County, FL. 5. Statement - Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. 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, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity. 4. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, and Section 8(a) firms with a bona-fide office in SBA Region IV (Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee)) 5. Firm's Joint Venture information if applicable - existing 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company on letterhead. Interested Firm's shall respond to this Sources Sought Synopsis no later than 4:00 PM EST 18 April 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or email your response to Steven Chang, Corps of Engineers - Jacksonville District, 701 San Marco Blvd, Contracting - 5th Floor, Jacksonville, FL 32257, Tzeleong.s.chang@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-11-R-0030/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN02404098-W 20110320/110318234123-ab58227934e19482292f63057b4acbf1 (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 |