Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOURCES SOUGHT

Z -- Ponce De Leon Inlet, North Jetty Rehabilitation and Aid to Navigation Replacement, Volusia County, Florida

Notice Date
1/17/2020 8:37:55 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
W912EP20Z0012
 
Response Due
2/14/2020 11:00:00 AM
 
Archive Date
02/29/2020
 
Point of Contact
Joseph Sherwood, Phone: 9042322158, Tedra N. Thompson, Phone: 9042321051
 
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)
 
Description
Sources Sought Synopsis 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 the Ponce de Leon Inlet, North Jetty Repair Project. The project is scheduled to be awarded in the spring of 2019.� The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990 (Small Business Size Standard is $36,500,000). 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 to include 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 Project: Work consists of repairs to restore the North Jetty at Ponce de Leon Inlet in Volusia County, Florida.� Repairs will require substantial moving and manipulation of both new and existing stones to obtain the required interlocking within the tolerances provided. The North Jetty is approximately 3,855 feet in length with a height of 7.2 feet above mean lower low water (MLLW).� Mobilization of equipment and the construction necessary to repair the jetty shall be water-based and require the use of marine construction methods and equipment. �Work also consists of constructing a new concrete base for a U.S. Coast Guard Aid to Navigation (ATON) at the seaward extent of the existing jetty crest, and constructing and attaching a new ATON to the newly constructed base. Base construction and placement will require removing and resetting surrounding existing armor stone so the base is meshed and interlocked with the surrounding armor stone.� � Specific Project Challenges: �Environmental Conditions:� The Ponce de Leon Inlet, North Jetty is adjacent to a highly dynamic marine environment that results in hazardous navigation.� The water depth at the seaward extent of the jetty is approximately 30 feet MLLW. Stone Requirement: � Armor Stone A Stone shall be well graded from 4,000 pounds to 12,000 pounds with fifty percent (50%) of the stone greater than 8,000 pounds.� � Armor Stone B Stone shall be well graded and from 10,000 pounds to 18,000 pounds with fifty percent (50%) of the stone greater than 14,000 pounds. � Armor Stone C Stone shall be well graded and from 16,000 pounds to 24,000 pounds with fifty percent (50%) of the stone greater than 20,000 pounds. � Unit Weight 165 pounds per cubic foot. � Size and Shape Stone 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 Stone 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 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. 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. �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. Refer to the contract drawings for locations of crest elevation transitions and crest width transitions.� 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. �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. �Chinking of void space using smaller stones or other material is not permitted. �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. �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. �Avoid placing the largest face of the outermost stones parallel to the design lines and grades of the structure. �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. �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"". �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 rough order of magnitude is $5,000,000 to $10,000,000. � The estimated period of performance is 560 calendar days after issue of Notice to Proceed with 60 days to commence performance after award. � 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 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.� Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 2 example. �Emphasis should be on projects that included similar environmental conditions and stone requirements. 4.� Firm�s Business category and Business Size �Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. 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 company All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by the posting closing date. All responses under this Sources Sought Notice must be emailed to Joseph Sherwood (Joseph.D.Sherwood@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 beta.sam.gov.� If you have any questions concerning this opportunity, please contact the identified POC.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0c6b7e471b734a5faa39b1f6fd6e4b43/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05538490-F 20200119/200117230137 (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.