Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
MODIFICATION

Y -- HERBERT HOOVER DIKE REHABILITATION, STRUCTURE REPLACEMENTS, S-271 (C-10A) RECONSTRUCTION, PALM BEACH COUNTY, FLORIDA

Notice Date
6/10/2015
 
Notice Type
Modification/Amendment
 
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
W912EP15R0013
 
Response Due
7/21/2015
 
Archive Date
8/20/2015
 
Point of Contact
Timothy G. Humphrey, 904-232-1072
 
E-Mail Address
USACE District, Jacksonville
(timothy.g.humphrey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: HERBERT HOOVER DIKE REHABILITATION, STRUCTURE REPLACEMENTS, S-271 (C-10A) RECONSTRUCTION, PALM BEACH COUNTY, FLORIDA SOLICITATION NUMBER: W912EP-15-R-0013 RESPONSE DATE: 21 July 2015 CONTRACT SPECIALIST NAME & PHONE NUMBER: Tedra N. Thompson, (904) 232-2016 DESCRIPTION OF WORK: The project consists of demolition and removal of the existing Herbert Hoover Dike Culvert 10A and the construction of a new outlet work S-271 at the same location of the existing Culvert 10A. The demolition and reconstruction efforts will be performed in the dry requiring the installation of an earthen cofferdam within Lake Okeechobee and a steel sheep pile (SSP) cofferdam on the landside at the L-8 canal in order to dewater the construction site. To maintain flows between Lake Okeechobee and the L-8 canal, a steel sheet pile canal will be constructed to divert flow from the L-8 canal to a three barrel bypass culvert. The bypass culvert will be constructed with 10-foot diameter HDPE pipe and will be operated during the construction of the new outlet works. The bypass culvert will have a sheet pile headwall on the landside and steel pile supported gates on the lakeside. The new outlet works structure will include cast-in-place reinforced concrete headwalls (lakeside and landside), conduit and endwalls. Combination flap/slide gates will be installed in each bay of the lakeside headwall. The outlet works will consist of four (4) barrels that vary in geometry from 10-foot square at the headwalls to 7-foot high by 13.5-foot wide rectangles through the embankment. The reconstructed embankment will feature a cutoff wall, and impervious core, a vertical chimney drain, and a horizontal drain and filter. The reconstructed embankment will match the existing crest elevation of the dike at the site. Riprap will be installed along the lakeside embankment face for erosion protection. A steel sheet pile groin structure will be installed on the lakeside to reduce sedimentation in the entrance canal. A control building will be installed on the landside work platform. Work also includes the demolition and removal of two existing residential structures at the project site and clearing an electrical corridor. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated in the areas of technical merit, past performance, small business participation and price. 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 03 Jun 2015 with a response date of 21 July 2015. This 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 issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to 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. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/. NAICS Code 237990, size standard $36.5 million. ------------------------------------------------------------------------------------ A Pre-Proposal Conference is scheduled on 17 June 2015 at the Canal Point Community Center, Florida for HHD Culvert 10A. Immediately after lunch, there will be a Small Business Matchmaking Workshop scheduled from 1:00 pm to 3:00 pm. Any questions or concerns, please contact Ms. Beth Myers (Deputy, Office of Small Business Programs) at 904 232-1150 ----------------------------------------------------------------------------------
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP15R0013/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN03760018-W 20150612/150610235620-fc4fa5641fa4e0df0095e5481882ed8f (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.