Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
SOLICITATION NOTICE

Z -- SHORE PROTECTION PROJECT (SPP), NORTH BOCA RATON SEGMENT, BEACH RENOURISHMENT 2019, PALM BEACH COUNTY, FLORIDA

Notice Date
10/31/2019
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
GROUP1-18-R-J011
 
Archive Date
12/18/2019
 
Point of Contact
Joseph Sherwood, Phone: (904) 232-2158, Tedra Thompson, Phone: (904) 232-1051
 
E-Mail Address
joseph.d.sherwood@usace.army.mil, Tedra.N.Thompson@usace.army.mil
(joseph.d.sherwood@usace.army.mil, Tedra.N.Thompson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: SHORE PROTECTION PROJECT (SPP), NORTH BOCA RATON SEGMENT, BEACH RENOURISHMENT 2019, PALM BEACH COUNTY, FLORIDA SOLICITATION NUMBER: GROUP1-18-R-J011 RESPONSE DATE: 03 December 2019 CONTRACT SPECIALIST NAME & PHONE NUMBER: Joseph Sherwood, (904) 232-2158 THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER(S). For GROUP 1 use: W912EP18R0029: Callan Marine, Ltd. (W912EP19D0023); Cashman Dredging & Marine Contracting Co., LLC (W912EP19D0024); Cavache Inc. (W912EPD0025); Continental Heavy Civil Corp (CHC) (W912EP19D0026); Cottrell Contracting Corporation (W912EP19D0027); Great Lakes Dredge & Dock Company, LLC (W912EP19D0028); J.T. Cleary Inc. (W912EP19D0029); Manson Construction Co. (W912EP19D0030); Marinex Construction, Inc. (W912EP19D0031); Norfolk Dredging Company (W912EP19D0032); Orion Marine Construction, Inc. (W912EP19D0033); Southern Dredging Co., Inc. (W912EP19D0034); The Dutra Group (W912EP19D0035); Waterfront Property Services, LLC dba Gator Dredging (W912EP19D0036); Weeks Marine, Inc. (W912EP19D0037). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP1 DREDGING MATOC POOL. DESCRIPTION OF WORK: Project work consists of the reconstruction of a portion of the federally authorized project to restore the project area to pre-storm conditions. The project will consist of the placement of beach quality material along 1.45 miles coastline as shown on the drawings. The design cross section of the project includes an upper flat berm, lower sloped berm, and foreshore berm. The upper flat berm ties into the existing back berm at elevation +7.5 feet NAVD and extends the berm crest at elevation of +7.5 feet North American Vertical Datum 1988 (NAVD) at the Construction Baseline (CBL) or specified distance from the CBL. The lower sloped berm ties into the berm crest at elevation 7.5 feet NAVD and slopes downward on a 1-foot vertical on 100-feet horizontal (1V:100H) to elevation +6.5 feet NAVD88. The foreshore berm meets sloped berm crest at elevation +6.5 feet NAVD and slopes down to existing grade on a 1V:15H slope. Half-a-foot tolerance above the required is provided for a fill tolerance. The Borrow source for the project is approximately ½ mile offshore and 3 miles north of the placement area. Access to and from the borrow area is limited thru designated ingress and egress areas shown on the plans due to extensive offshore hardbottoms. The borrow area has two dredging cuts: Western cut (Section 1) and Eastern Cut (Section 2) where dredging will commence at the eastern cut to 95% of the target depth volume shown on the drawings before proceeding to Western cut. Work also includes endangered species monitoring, screening for rock, vibration controls and monitoring, turtle trawler mobilization/demobilization, and relocation trawling. The dredge shall be load-line Coast Guard Certified. Magnitude of construction is between $7,300,000.00 and $10,300,000.00. As stated above, the dredge shall be load-line Coast Guard Certified. The request for proposal will be issued on or about 1 November 2019 and proposals will be due on or about 03 December 2019. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). For LPTA, the technical evaluation factors are availability of technically acceptable plant and equipment and past performance. Districts can contact the Jacksonville District regarding contractors' performance under the MATOC and/or check contractors' past performance on PPIRS (CCASS). See request for proposal for submission requirements. The request for proposal will be issued in electronic format only and will be posted on the Federal Business Opportunities website (www.fbo.gov). In order to receive notification of any amendments, firms must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. NAICS Code 237990, size standard $27.5 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/GROUP1-18-R-J011/listing.html)
 
Record
SN05486809-W 20191102/191031230528-fa8d0c51d85173a5bfb33b10ef1c7bb8 (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.