Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2015 FBO #5129
SOURCES SOUGHT

Y -- Kissimmee River Restoration C38 Reach 2 Backfill and Kissimmee River Restoration S-69 Weir

Notice Date
12/7/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-16-Z-0003
 
Archive Date
1/6/2016
 
Point of Contact
James Randall, Phone: 904-232-1792, John Vohlken, Phone: 9042321884
 
E-Mail Address
James.E.Randall@usace.army.mil, john.d.vohlken@usace.army.mil
(James.E.Randall@usace.army.mil, john.d.vohlken@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. This announcement constitutes a Source Sought Synopsis. This is not a Request for Proposal. Small Business Community to include: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors and will be used to identify firms for the purpose of determining how the solicitation will be advertised. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Project One - Kissimmee River Restoration, C38, Reach 2 Backfill The scope of work for this project 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 1,900 LF north of the US HWY 98 bridge crossing, continuing north for approximately 34,400 LF. During the backfilling operations, the S-65C spillway, lock tenders residence, and lock structures will be demolished. 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. Overall site preparation includes installation of the erosion control protection measures, turbidity barriers and the access/haul roads, clearing and grubbing of the dredge disposal mounds, and aquatic and upland vegetation to provide erosion protection. Project Two - Kissimmee River Restoration, S-69 Weir The S-69 Weir serves as the downstream terminus of the C-38 backfill maximizing the amount of wetlands re-hydrated, helping to maintain the authorized federal navigation on the Kissimmee River, removing the need for a new lock structure on the restored river, and preventing the head cutting of the restored sections of C-38. The system will dissipate the energy of flood flows transitioning from the restored Kissimmee River floodplain to the remnant C-38 channel. The project includes complete backfilling of approximately 2,600 feet of the C-38 Canal from just downstream of the weir north to the historic river channel crossing. The inverted u-shaped weir being constructed at the terminus of the C-38 backfill will be 2,560 linear feet, with a crest elevation of 29.8 feet NAVD88 (31 feet NGVD29). The weir crest width is approximately 1 foot. Access will be provided by utilizing the backfill and overbank areas downstream of the weir to construct an access road. The access road will also function as apron/energy dissipation feature/armoring for the weir. The restored river channel will function as the main conduit for flow during the construction period. 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 each solicitation when issued; 3. Firm's capability to perform a contract of this magnitude and complexity of comparable work performed within the past 5 years; 4. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples; 5. Firm's small business category and Business Size (Small Business, HUB-Zone, Service Disabled Veteran Owned Small Business, or 8(a)); 6. Firm's Joint Venture information if applicable - existing; 7. Firm's bonding capabilities. Please provide a Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified types of work to James Randall at James.E.Randall@usace.army.mil no later than 22 December 2015. This SOC should be a brief description of your company's capabilities. Contractors should provide brief references of jobs they have performed that are similar. 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. REMEMBER: DO NOT REGISTER AS A PLAN HOLDER AT THIS TIME. THE FINAL PLANS AND SPECIFICATIONS WILL CARRY A DIFFERENT SOLICITATION NUMBER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-16-Z-0003/listing.html)
 
Record
SN03962599-W 20151209/151207234736-2684c2637ede84eeacccf3aff21882a6 (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.