Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SOLICITATION NOTICE

56 -- KRRP, C-38 Reach 2 Backfill - Preposal Agenda & Directions

Notice Date
4/21/2016
 
Notice Type
Presolicitation
 
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-R-0007
 
Archive Date
8/30/2016
 
Point of Contact
James E. Randall, Phone: 9042321792, Frances C. Jones, Phone: 904-232-3705
 
E-Mail Address
james.e.randall@usace.army.mil, Frances.C.Jones@usace.army.mil
(james.e.randall@usace.army.mil, Frances.C.Jones@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
KRRP, C-38 Reach 2 Backfill Preposal Agenda and Directions SUBJECT: Z- Kissimmee River Restoration Project, C-38 Reach 2 Backfill, Okeechobee and Highlands Counties, Florida SOLICITATION NUMBER: W912EP-16-R-0007 RESPONSE DATE: 13 Jun 2016 CONTRACT SPECIALIST NAME AND PHONE NUMBER: Contract Specialist, James E. Randall (904) 232-1792 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. During the backfilling operations, the S-65C spillway, lock tender's residence, and lock structures will be demolished. The S-65C tieback levees will also be degraded and the S-65CX culvert structure on the historic Kissimmee River will be removed. The S-65CX culvert structure must be removed and the historic Kissimmee River re-graded to provide full cross sectional flow prior to any C-38 channel backfill upstream of Station 1245+00. 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. Work includes turbidity monitoring and landscaping. The Performance period will be 730 calendar days after NTP excluding final establishment of vegetation. The Magnitude of Construction is between $10 Million and $25 Million. This procurement is 100% set-aside for small business concerns. ALL RESPONSIBLE SMALL BUSINESS OFFERORS ARE ENCOURAGED TO PARTICIPATE. Limitations on Subcontracting - FAR 52.219-14(c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. 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, and Price. The solicitation will be issued on or about 12 May 2016 with bids due on or about 13 Jun 2016. Solicitation will be issued in electronic format only and will be posted on the FBO website at http://www.fedbizopps.gov/. 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 for providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM), per FAR Clause: (52.204-99 - SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION 2012-0015) (AUGUST 2012), in order to receive an award from this solicitation. The SAM website is located at http://www.sam.gov. The NAICS Code is 237990 and the size standard is $36.5 Million Dollars. NOTE! A pre-proposal event will be held May 19, 2016 at Riverswood Field Lab, 100 Riverwoods Circle; Lorida, FL 33857, followed by a site visit. You must be pre-registered to attend both the pre-proposal and site visit. To register: Submit e-mail to James Randall with cc to Frances Jones NLT May 16, 2016, james.e.randall@usace.army.mil & frances.c.jones@usace.army.mil identifying the name of the firm, name and title of those individuals participating and if you want to attend the pre-proposal and or site visit. Due to limited accommodations for both events, only two individuals per firm will be allowed to register. Agenda and directions to Riverswood Field Lab are attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-16-R-0007/listing.html)
 
Place of Performance
Address: The project lies in both Okeechobee and Highlands Counties, Fl., Lorida, Florida, 33857, United States
Zip Code: 33857
 
Record
SN04091529-W 20160423/160421234744-98cc92ba71626f8447b1781c7f6a9931 (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.