Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

Z -- HURRICANE AND STORM DAMAGE REDUCTION PROJECT, SARASOTA COUNTY, FLORIDA, VENICE BEACH RENOURISHMENT

Notice Date
7/24/2014
 
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
GROUP4-10-R-J020
 
Response Due
8/26/2014
 
Archive Date
9/25/2014
 
Point of Contact
Tedra Nicole Thompson, 904-232-2016
 
E-Mail Address
USACE District, Jacksonville
(tedra.n.thompson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: HURRICANE AND STORM DAMAGE REDUCTION PROJECT, SARASOTA COUNTY, FLORIDA, VENICE BEACH RENOURISHMENT SOLICITATION NUMBER: GROUP4-10-R-J020 RESPONSE DATE: 26 August 2014 CONTRACT SPECIALIST NAME & PHONE NUMBER: Tedra N. Thompson, (904) 232-2016 THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER For GROUP 4 use: W912EP-10-R-0026: Orion Marine Construction (W912EP-13-D-0003); Cavache, Inc. (W912EP-13-D-0004); Cashman Dredging & Marine Contracting (W912EP-13-D-0005); Cottrell Contracting Corporation (W912EP-13-D-0006); Great Lakes Dredge & Dock Company, LLC (W912EP-13-D-0007); Dutra Dredging Company (W912EP-13-D-0008); Marinex Construction, Inc. (W912EP-13-D-0009); Norfolk Dredging Company (W912EP-13-D-0010); Mike Hooks, Inc. (W912EP-13-D-0011); Weeks Marine, Inc. (W912EP-13-D-0012); Southern Dredging Co., Inc. (W912EP-13-D-0013); Manson Construction Company (W912EP-13-D-0014); and C. F. Bean LLC (W912EP-13-D-0015) PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP 4 DREDGING POOL. A Pre-Proposal Conference will be held on Thursday, 7 August 2014 from 10:00am - 11:00am, EST via teleconference. The call-in number is: 877-873-8017 and the PARTICIPANT CODE is: 6479196. It is requested that an email be sent to Tedra.N.Thompson@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: This beach renourishment project consists of the hydraulic placement of beach quality material onto Venice Beach, Florida. The project begins south of Venice Inlet (R-116) and extends to the southern end of Brohard Beach (R-133), a distance of 3.3 miles of critically eroded shoreline. The construction template for material to be placed will utilize the identified Construction Baseline (CBL) shown on the drawings to determine berm crest width and sloped berm crest width. A 50-foot flat berm crest at Elevation 8.4' NAVD88 will be constructed for about 2.4 miles. The remaining project will require a 20-foot flat berm from the established CBL. From the flat berm crest, the placement fill will continue gulfward but on a 1 vertical on 30 horizontal sloped berm. The foreshore slope of the fill will match existing grade on a 1 vertical to 15 horizontal. Beach Quality Sediment to be used for the nourishment will be from four designated borrow areas located approximately 10 nautical miles west to southwest from the middle of the project site. Access to the beach from offshore will be provided through designated pipeline corridors as shown on the drawings. To support the life of the project, five existing stormwater outfalls will have to be extended through the project fill as well as specific locale dune enhancements. The City of Venice will provide the culvert pipes for the outfall extension work. There are also two waterways which pass through the project placement area: Flamingo Ditch and Deertown Gully. Flamingo Ditch currently has a wooden training wall which will be demolished as indicated on the drawings with project fill strategically placed as to allow natural flow to occur to the gulf. Deertown Gully will only require strategic placement of fill material. The Contractor shall provide the culvert pipes and other necessary items to support this type of construction work. Other project work includes, but is not limited to beach tilling, construction vibration controls and monitoring, turbidity monitoring, sea turtle trawl sweeping and relocation, endangered species observers, sea turtle monitoring or coordination and beach fill remediation. Magnitude of construction is between $10,000,000.00 and $25,000,000.00. The request for proposal will be issued on 24 July 2014 and proposals will be due on or about 26 August 2014. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The technical evaluation factors are availability of technically acceptable plant and equipment and past performance under Group 4 DREDGING POOL. See attached request for proposal for submission requirements. The request for proposal 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, firms must REGISTER TO RECEIVE NOTIFICATION 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. NAICS Code 237990, size standard $20 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/GROUP4-10-R-J020/listing.html)
 
Record
SN03436408-W 20140726/140724235026-2165006117c4668652a217288a804bed (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.