SOLICITATION NOTICE
Y -- Herbert Hoover Dike Rehabilitation Structure Replacments, S-268 (C-8) and S-272 (C-13)Reconstruction, Okeechobee and Palm Beach Counties, Florida
- Notice Date
- 6/3/2013
- Notice Type
- Presolicitation
- 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
- W912EP13R0027
- Response Due
- 7/24/2013
- Archive Date
- 8/2/2013
- Point of Contact
- Weston Worsham, 904-232-1921
- E-Mail Address
-
USACE District, Jacksonville
(charles.w.worsham@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION OF WORK: The work includes demolition and removal of the existing Herbert Hoover Dike Culverts 8 and 13 and the construction of new water control structures S-268 and S-272 at the respective existing locations of Culverts 8 and 13. The demolition and reconstruction efforts will require the installation of earthen cofferdams within Lake Okeechobee and steel sheet pile cofferdams at the landside of each culvert in order to dewater each construction site. These structures will include cast-in-place reinforced concrete foundations, headwalls, and three (3) culvert barrels with steel liners. Combination flap/slide gates will be installed at the lakeside headwall of each structure. S-268 will consist of three (3) 10-foot diameter culverts approximately 197 feet long. S-272 will consist of three (3) 10-foot diameter culverts approximately 171 feet long. A cutoff wall will also be installed in the centerline of the embankment at each site. The embankments will be reconstructed to match the existing crest elevation of the dike. Riprap will be installed along the lakeside embankment faces, and control buildings will be installed at the landside work platform at each structure. Work also includes by-pass pumping, grassing, and turbidity monitoring. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated on technical merit, past performance, small business participation, and price. The performance period is approximately 1,071 calendar days after Notice to Proceed (NTP) and 90 calendar days for establishment of grass after seeding. Magnitude of construction is between $25,000,000.00 and $100,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about 19 June 2013 with proposals due on or about 24 July 2013. The solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. The SAM website is located at http://www.sam.gov. NAICS Code 237990 size standard is $33.5 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP13R0027/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03077849-W 20130605/130603234505-69826cdd9edf4e09f4c3d27aa850707a (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 |