Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2015 FBO #4955
MODIFICATION

Y -- Herbert Hoover Dike Rehabilitation Structure Replacements, S-267 (C-6), Reconstruction, Glades and Okeechobee Counties, Florida

Notice Date
6/16/2015
 
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
W912EP15R0007
 
Response Due
8/4/2015
 
Archive Date
9/3/2015
 
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
The work includes demolition and removal of the existing Herbert Hoover Dike Culvert C-6 and the construction of new water control structure S-267 at the existing location. The demolition and reconstruction efforts will require the installation of an earthen cofferdam lakeside and a steel sheet pile cofferdam at the landside in order to dewater the construction site. The structure will include cast-in-place reinforced concrete foundations, headwalls, and culvert. A slide gate will be installed at the lakeside headwall. S-267 will consist of one (1) 10-foot diameter culvert with an approximate barrel length of 136 feet. A midspan cutoff wall will also be installed in the centerline of the embankment. The embankment will be reconstructed to approximately match the existing crest elevation of the dike. Riprap will be installed along the lakeside embankment faces, and a control building will be installed on the landside work platform. Work also includes by-pass pumping system, 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 800 calendar days after Notice to Proceed (NTP), plus 90 calendar days for grass establishment. Magnitude of construction is between $10,000,000.00 and $25,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about 01 July 2015 with proposals due on or about 04 August 2015. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP15R0007/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN03766365-W 20150618/150616235438-f11e78060f830a0a93ab43a77a6970e9 (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.