SPECIAL NOTICE
Y -- Central and Southern Florida Project for Flood Control and Other Purposes, C-38 Reach 2 Backfill (Contract 10), Okeechobee and Highlands Counties in South Central, Florida
- Notice Date
- 5/21/2015
- Notice Type
- Special Notice
- 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
- W912EP15Z0010
- Archive Date
- 5/20/2016
- 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
- Central and Southern Florida Project for Flood Control and Other Purposes, C-38 Reach 2 Backfill (Contract 10), Okeechobee and Highlands Counties in South Central, Florida This is announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry and will ONLY be used for preliminary planning purposes. 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 Jacksonville District of the U.S. Army Corps of Engineers has been tasked to solicit the interest of prospective offeror(s) for a potential fiscal year (FY) 2016 award of the aforementioned project. The purpose of this synopsis is to gauge of interest, capabilities and qualifications of various members of the Small Business Community: Small Business, Small Business Association (SBA) Certified 8(a) Small Business, Historically Underutilized Business Zone (HUBZone) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The proposed project will be a Firm Fixed Price (FFP) contract, and, as prescribed in UAI 52.232-5001, will be incrementally funded. The type of solicitation to be issued is an Invitation For Bid (IFB). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The project is located in portions of Okeechobee and Highlands Counties in South Central Florida, further defined as the area Northwest of the U.S Highway 98 bridge crossing of the C-38. Access to the project site is provided from the South by US-98 via the Locks Access Road. Access from the North is provided by County Road 68 to Chandler Ranch Road. The C-38, Contract 10 project features involves channel backfill and the removal of water control structure S-65C. Portions of the C-38 within Reach 2 of the Kissimmee River Basin will be backfilled. The material used for the backfill will be sourced from existing dredge disposal mounds located along the adjacent C-38 canal banks. The canal will be backfilled starting approximately 1900 LF north of the US HWY 98 bridge crossing, continuing north for approximately 34,400 LF stopping just short of the terminus of Reach 1 Backfill. During the backfilling operations, the S-65C spillway, lock tenders residence, and lock structures will be demolished. The project sponsor, South Florida Water Management District (SFWMD), will be responsible for the removal of salvage items and the removal of any hazardous materials prior to demolition. The S-65C tieback levees will also be degraded and the S-65CX structure on the historic Kissimmee River will be removed. Work includes turbidity monitoring and landscaping. The project includes all work incidental to the construction of the aforementioned features and will have an estimated period of performance of 481calendar days. Responses to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Offeror name, address, point of contact, phone number and e-mail address 2. Provide a brief description of the project to include: a. Capability to execute construction projects comparable complexity and magnitude to include heavy work in similar size and scope, and marine work utilizing barges. b. Customer name c. Timeliness of performance d. Dollar value of projects completed within the past 5 years (provide at least 3 examples. 3. Offeror shall identify their Small Business classification and Small Business Size Standard _ Small Business _ 8(a) Small Business _ HUB Zone _ SDVOSB 4. Joint Venture information if applicable 5. A letter of current bonding capacity (up to $25,000,000.00) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. Responses to this Sources Sought Synopsis must be received no later than 3:00 pm, EST on 19 June 2015 and shall be sent to Ms. Claurice M. Dingle via email at Claurice.m.dingle@usace.army.mil or sent via mail to the attention of Claurice M. Dingle: 701 San Marco Blvd., Jacksonville, FL 32207. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code 237990 and the Small Business Size Standard is $36.5 million. The anticipated magnitude of construction is $20,000,000 - $25,000,000.00. *Per 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. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Anticipated solicitation issuance date is on or around the 2nd Quarter of 2016. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov on or around the 1st Quarter of 2016 Please Note: Prior Government contract work is not required for submitting a response under this sources sought synopsis. All interested firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP15Z0010/listing.html)
- Record
- SN03740042-W 20150523/150522000240-de177127e74ecf60fcf150e6713b32e9 (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 |