Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOURCES SOUGHT

99 -- PORT EVERGLADES, SOUTH JETTY REHABILITATION 2020, BROWARD COUNTY, FLORIDA

Notice Date
12/9/2019 6:07:35 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
W912EP20Z0007
 
Response Due
12/13/2019 11:00:00 AM
 
Archive Date
12/28/2019
 
Point of Contact
Timothy G. Humphrey, Phone: 9042321072, Brian J. Kilpatrick, Phone: 9042321792
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, brian.j.kilpatrick@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, brian.j.kilpatrick@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Port Everglades, South Jetty Rehabilitation 2020, Broward County, Florida. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of a Solicitation on or about January 24, 2020. The result of this market research will contribute to determining the method of procurement. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community (Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns). The Government must ensure there is adequate competition among the potential pool of responsible contractors.Description of the Project Project Work consists of repairs to restore the Port Everglades South Jetty. Repairs will require substantial moving and manipulation of both new and existing stones to obtain the required interlocking within the tolerances provided. The originally constructed South Jetty is approximately 1,050 feet in length with a variable height between approximately +7.25 and +10.25 ft above Mean Lower Low Water (MLLW) as shown in the drawings. The crest width is 12 feet and the north and south slopes of the structure slope at 1V:2H as shown on the drawings. The contractor may utilize land-based methods or water-based methods to complete the work. Contractors will be restricted to only working from the water between March 1 to November 30. All work will be conducted from the water during daylight hours with no work, access, or staging conducted on the beach during this time.Potential Challenges:Environmental Conditions: The Port Everglades South Jetty is located in a dynamic marine environment. The Contractor shall be responsible for obtaining information concerning the marine work environment including rain, fog, existing depths, shoaling, scouring, wind, wave, current, and tide conditions that could influence safety and construction operations prior to submitting a proposal or bid.Floating plant and equipment shall have all applicable inspections and certifications as required by Federal, State and local laws and regulations. See also EM 385-1-1, Sections 16, 18, 19, and 20. The self-elevating platform (SEP) shall have a minimum of four spud legs and a stable platform. The spud legs and platform shall be able to support the intended load necessary to complete the work. The SEP shall contain no forms of hydrocarbon based products in the jacking process. The platform shall operate in water depths as little as 3 feet up to the depths shown on the drawings. The SEP shall have be sized to handle a minimum wave crest height of 18 inches.Stone Requirement:Armor Stone AStone shall be well graded from 8,000 pounds to 16,000 pounds with fifty percent (50%) of the stone greater than 12,000 pounds.Armor Stone BStone shall be well graded and from 20,000 pounds to 28,000 pounds with fifty percent (50%) of the stone greater than 24,000 pounds.Unit Weight165 pounds per cubic foot.Size and ShapeStone delivered under this requirement shall be blocky in shape with sharp angular edges with its greatest dimension not greater than three times its least dimension (3:1 ratio). The term blocky shall be understood to mean cuboidal (roughly cubical in shape). The term angular shall be understood to mean that the blocky stone shall have sharp, clean, angular to sub-angular edges at the intersections of relatively flat faces. All other stone shapes, such as wedges and/or pyramids, or stones having a triangular and/or pyramidal cross-section, will be rejected. All boulders and parts of boulders will be rejected, with a boulder being defined as any rounded stone not having sharp, clean, angular to sub-angular edges.Placement of Armor Stonea. Armor Stone shall be placed within the limits and elevations as indicated on the contract drawings, including allowance for tolerances, to provide for required thickness of armor stone.b. Armor Stone shall be placed individually by equipment suitable for lifting, manipulating in all directions (e.g. grapple), and placing stone of the size specified to the lines and grades as shown on the contract drawings, including allowance for tolerances. The equipment used in placing the Armor Stone shall also have the ability to place the armor stone over its final position before release and if necessary pick up and reposition the stone. Dragline buckets and skips shall not be used in placement. Moving stone by drifting or manipulating down the slope will not be permitted. Stones shall be brought to rest before releasing and shall not be dropped.c. Armor Stone shall be selected with care as to size and shape and key-in, meaning that the Armor Stone selected are able to be set in contact with all adjacent Armor Stone so that the void space between adjacent stones are as small as the character of the armor stone will permit. Void space shall also be kept to a minimum. Chinking of void space using chinking stone or other material is not permitted. New Armor Stone (reusable existing armor stone are excluded) shall be generally rectangular in cross section, the least dimension of any stone not being less than one-third its greatest dimension.d. Armor Stone shall be individually keyed and fitted in the structure such that each stone is in contact with all adjacent Armor Stone. Repair areas shall blend smoothly with adjacent non-repair areas of the jetty. Non-repair areas shall be adjusted up to two armor stone diameters away from repairs in order to provide a smooth transition between repair and non-repair areas.e. Continuous joints, where the vertical joints are not staggered and is continuous from the lower stone layers to the upper stone layers, are not allowed.f. In general, the long axis of each stone shall be placed perpendicular to the axis of the structure and slope downward toward the center of the structure. The Contractor shall begin placement at the bottom of the slope.g. Chinking of void space using smaller stones or other material is not permitted.h. New and reset existing Armor Stone shall be placed on a prepared stable surface using equipment suitable for handling the sizes of armor stone indicated without damage to either new or existing Armor Stone.i. Avoid creating flat final surfaces by using smaller stones, as the smaller stones will eventually be moved out of the structure creating degradation and movement of the larger stones.j. Avoid placing the largest face of the outermost stones parallel to the design lines and grades of the structure.k. The Contractor shall make an effort to interlock armor stone placement with the existing construction that is not a part of the repair work of this contract.l. The Contractor shall anticipate that substantial re-handling of individual Armor Stone after initial placement will be required to achieve the requirements of subparagraph titled "Placement of Armor Stone".m. The finished work shall be a well-distributed mass, free of pockets of either smaller or larger stones, having a minimum of voids, and with a maximum of interlocking stones. The mass of stone shall follow the lines and grades as shown on the contract drawings.The Estimated Magnitude of construction is between $1,000,000 and $5,000,000.The estimated period of performance is 365 Calendar days from the date of Notice to Proceed.The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $39.5 million. 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, website, and email address.2. Firm’s interest in bidding on the solicitation as an invitation for bid (IFB) when it is issued.3. Firm’s capability to perform a contract of this magnitude and complexity (include firm’s capability to execute comparable work performed within the past (10) years). Firms should provide at least 2 examples which include, at a minimum, the following information: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project), Emphasis should be on projects that included similar environmental conditions and stone requirements.4. Firm’s socioeconomic category - Small Business, 8(a) participants, service-disabled veteran-owned small business concerns (SDVOSB), women-owned small business (WOSB), or HUBzone small business concerns. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential.6. Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding companyAll responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy.NOTES:DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT.DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 13 December 2018 by 2:00PM Local Time. All responses under this Sources Sought Notice must be emailed to Timothy.G.Humphrey@usace.army.mil.Prior Government contract work is not required for submitting a response under this sources sought synopsis.You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to SAM.GOV.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d58505c2c8647689a9f8bfd33517255/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05512537-F 20191211/191209230252 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.