SOURCES SOUGHT
Z -- Water Control Structure (Culvert) Reconstruction, Okeechobee County, Florida
- Notice Date
- 3/25/2015
- 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-15-Z-0008
- Response Due
- 4/10/2015
- Archive Date
- 5/24/2015
- Point of Contact
- Katrina Denson, (904) 232-1143
- E-Mail Address
-
USACE District, Jacksonville
(katrina.l.denson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. THIS IS A REQUEST FOR INFORMATION ONLY. 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. The U.S. Army Corps of Engineers - Jacksonville District has been tasked to solicit for and award a project/procurement to include removing and replacing an existing gated culvert within the Herbert Hoover Dike (HHD) embankment. The culvert structure will be designed to meet current USACE dam safety design criteria for outlet structures. The HHD Dam Safety Project includes, but is not limited to, USACE performing 100% quality assurance inspection of all contract-related construction operations, materials testing, equipment factory inspection, survey control, and foundation testing. The existing culvert consists of a single corrugated metal barrel at invert elevation +/- 4.0 feet. The crest elevation of dike is approximately +/- 31 feet. The culvert barrel is 10 feet in diameter. Proposed project will be a competitive, Firm-fixed Price contract. Sufficient funds are not presently available for this acquisition. The subsequent solicitation will include the Continuing Contracts Clause. The type of solicitation to be issued will depend upon the responses to this synopsis. 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. If we do not receive an adequate number of qualified respondents (i.e., two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project. Project Scope of Work: The project scope of work would involve the following: 1) Construct an earthen cofferdam around the lake side of the construction site to elevation +/- 22 with a bottom elevation of +/- 4. Construct a sheet pile cofferdam around the land side of the construction site to elevation +/- 16 with a tip elevation of +/- 45. The contractor and/or subcontractor must have a minimum of ten years experience in sheet pile or composite pile / sheeting wall construction and the contractor's foreman must have worked on five jobs of similar size and nature within the last five years. 2) Degrade the HHD embankment as required to remove the existing culvert barrel, lakeside and landside headwalls, and wingwall structures. 3) Remove existing retaining walls and/or groins. 4) Design, install, and maintain a groundwater dewatering system that will work in conjunction with the cofferdam system and other project features as required to control and monitor groundwater within the excavation footprint. The contractor must have a minimum of ten years experience in groundwater design and control. The contractor's foreman must have worked on five jobs of similar size and nature within the last five years. 5) Design and install drainage (to the lake) and irrigation (from the lake) bypass system(s) to convey water to and from Lake Okeechobee around or through the construction site to the adjacent drainage conveyance systems. 6) Construct a steel lined 10 foot diameter cast in place concrete barrel culvert. 7) Construct concrete headwalls and wingwalls with heights of approximately 20 feet. 8) Construct a zoned earthen embankment consisting of a vertical chimney drain, horizontal drainage blanket, and low permeability central core. 9) Install control gates and stilling wells, control buildings, and telemetry to control the culvert gates. 10) Remove the dewatering and drainage bypass system. 11) Reconstruct the HHD embankment to the authorized elevation +/- 32. 12) Remove the cofferdam system. 13) Install erosion control measures which include geotextile, rip-rap, and concrete aprons. 14) NAICS Code: 237990. 15) SB Size Standard: $36.5 million. 16) Magnitude of Construction: $15,000,000-$25,000,000. 17) Geographical scope information: The culvert is located within Okeechobee County, FL. 18) 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. 19) Any additional information that is pertinent to this acquisition Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on overall Best Value to the Government. The Tradeoff Process will be used. Anticipated solicitation issuance date is on or about [Spring 2015], and the estimated proposal due date will be on or about [Summer 2015]. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. 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. (Include firm's capability to execute culvert construction and removal, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) Provide at least 3 examples. 4. Identify if firm is capable of and/or meets the requirement of the 14 items listed in the Project Scope of Work. If firm is not capable or does not have the required experience identified, please explain briefly of the short coming and how the firm will overcome the short coming. If any portion of the 14 items would be subcontracted, clearly identify that work as such. 5. Firm's small business category and Business Size (Small Business, HUB- Zone, Service Disabled Veteran Owned Small Business or 8(a) Firm) 6. Firm's Joint Venture information if applicable - existing 7. 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. 8. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. **In addition, we are conducting market research for subcontracting goals. If you are unable to meet the requirements of the synopsis as a prime contract but have the ability to meet one or more of the first thirteen (13) criteria listed above as a subcontractor, please submit this information as well.** Interested Firm's shall respond to this Sources Sought Synopsis no later than April 10, 2015 by 4:00pm. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or email your response to Katrina Denson, Corps of Engineers - Jacksonville District, 701 San Marco Blvd, Contracting - 5th Floor, Jacksonville, FL 32257, EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS AT KATRINA.L.DENSON@USACE.ARMY.MIL
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-15-Z-0008/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03678449-W 20150327/150325234920-4dc978c766f80cd366c6a5d8299c44b7 (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 |