Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2017 FBO #5573
MODIFICATION

Y -- BBCW: Biscayne Bay Coastal Wetlands Phase I Project, L-31 Flow-way Pump Station S709 and Culverts S-706 A, B, C, and S-708 (CNT 4), Miami-Dade County

Notice Date
2/23/2017
 
Notice Type
Modification/Amendment
 
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-17-Z-0009
 
Point of Contact
Timohty G. Humphrey, Phone: 9042321072, Ilene J. Crapps, Phone: 9042321064
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, Ilene.J.Crapps@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, Ilene.J.Crapps@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 letters of interest from prospective offeror(s) for a potential fiscal year (FY) 2017 award of the aforementioned project. The purpose of this synopsis is to gauge of interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. The proposed project will be a Firm Fixed Price (FFP) contract. The type of solicitation to be issued is anticipated to be a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The Jacksonville District of the US Army Corps of Engineers is seeking interested offerors for a project that consists of a pump station and four culverts on the L-31E Flow-way in Miami-Dade County. The Biscayne Bay Coastal Wetlands L-31E Flow-way features (Contract 4) may include following construction activities: A) Construction of a 40 (Cubic feet per second) cfs pump station using (2) 20 cfs submersible pumps. The pump station will be constructed in the L-31E Canal adjacent to the C-103 Canal. It will have a sixty inch culvert with a sluice gate to pass flows during emergencies when the pump station is not operable. The pump station will have a trash rack that will also function as a manatee protective barrier. The Pump Station controls will be located in a stand along precast concrete control room offset from each pump station structure. Construction activities for the pump station may include tree removal, excavation, disposal of excavated material and debris, importing backfill, backfilling, grading, sheet pile installation, H-Pile installation, steel fabrication, rip rap installation, sodding, and concrete work. Construction may also include installation of stilling wells, electrical works, lightning protection, lighting, pump station controls and telecommunications. Some of the Construction activities will be in water conditions requiring the use of cofferdams, dewatering, and the use of divers. Some in water excavation of limestone will be required. B) Contract 4 also consists of the installation of four flap-gated culverts with manatee protective barriers. Construction activities include dewatering, excavation, installation of 36" diameter corrugated aluminum pipe culverts with endwalls, flap gates and manatee protection system, and installation of riprap and sodding. The project will have an estimated period of performance of 18 months. Responses to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Company/Contractor name, address, point of contact, phone number and e-mail address. 2. Provide a brief description of previous projects which included: a. The Capability to execute and/or manage construction projects of comparable complexity and magnitude. b. Experience in installation of steel H-Piles and Sheet piles. c. Experience in installation of earthen cofferdams, sheet pile cofferdams and dewatering. d. Experience in culvert installation. e. Experience in excavation, backfilling and grading. f. Experience working on a pump station construction project. g. Customer name h. Timeliness of performance i. Dollar value of projects completed within the past 3-5 years (provide at least 3 examples. 3. Offeror shall identify their Small Business classification and Small Business Size _ Small Business _Small Disadvantage Business _ 8(a) Small Business _ HUB Zone _ SDVOSB _WOSB 4. Joint Venture information if applicable 5. A letter of current bonding capacity (up to $10,000,000.00) 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 has been extended to no later than 2:00 pm, EST on 10 March 2017 and shall be sent to Timothy Humphrey via email at Timothy.G.Humphrey@usace.army.mil; or sent via mail to the attention of Timothy Humphrey: 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 $5,000,000 - $10,000,000.00. NOTE 1: The performance of work requirements for Small Businesses and 8(a)Small Businesses can be found at Federal Acquisition Regulation (FAR) 219-14; for HUBZones at FAR 219-3; for SDVOSBs at FAR 219-30; and for WOSBs at FAR 219-27. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Anticipated solicitation issuance date is to be determined. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. 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/W912EP-17-Z-0009/listing.html)
 
Place of Performance
Address: Dade County, Miami, Florida, 33034, United States
Zip Code: 33034
 
Record
SN04412223-W 20170225/170223234711-687a6e9d6ff02088f35c8200d911623f (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.