SOLICITATION NOTICE
Y -- Coastal Storm Risk Management Project, South Ponte Vedra and Vilano Beach, St. Johns County, Florida
- Notice Date
- 4/20/2020 11:16:12 AM
- Notice Type
- Presolicitation
- 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
- GROUP1-18-R-J015
- Response Due
- 6/3/2020 11:00:00 AM
- Archive Date
- 06/18/2020
- Point of Contact
- Brian J. Kilpatrick, Phone: 9042321792, Tedra N. Thompson, Phone: 9042321051
- E-Mail Address
-
brian.j.kilpatrick@usace.army.mil, tedra.n.thompson@usace.army.mil
(brian.j.kilpatrick@usace.army.mil, tedra.n.thompson@usace.army.mil)
- Description
- ***PRE-PROPOSAL TELECONFERENCE DATE WAS UPDATED ON 4/20/2020*** ***DESCRIPTION OF WORK WAS UPDATED ON 4/14/2020*** NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP18R0029, GROUP 1 - UNRESTRICTED: �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 GROUP 1 - UNRESTRICTED DREDGING MATOC POOL. �A Virtual Site Visit will take place via Webinar on 7 May 2020 @ 10:00 am, Local Time.� The webinar address is: �https://usace.webex.com/meet/jason.s.harrah , and call in information is: PARTICIPANT AUDIO CONFERENCE ACCESS INFORMATION: USA Toll-Free: (877) 336-1280 USA Caller Paid/International Toll: (404) 443-6393 ACCESS CODE: 7256138 A Pre-Proposal Conference will be held on 12 May 2020 @ 10:00 am, Local Time via teleconference.� The call-in number is: 877-336-1839, the Access Code is: 7686743, and the SECURITY CODE is: 1234.� It is requested that an email be sent to brian.j.kilpatrick@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: The work includes nourishing approximately 3.0 miles of shoreline along a portion of South Ponte Vedra and Vilano Beach in St. Johns County, Florida, between FDEP Range Monuments R-102.5 and R-117.5.� The northernmost and southernmost approximate 1,000 feet of the fill area includes a taper transitioning the berm template back to the existing shoreline. The project includes construction of both a dune and beach berm.� The landward portion of the beach berm will be flat and has a berm elevation of +8.0 feet North Atlantic Vertical Datum of 1988 (NAVD88).� The seaward 80 feet of the berm will have a seaward slope of 1V:40H to an elevation of +6.0 NAVD88.� The foreshore slope of the berm will be 1V:10H until it ties into existing grade.� The width of the berm varies from the Construction Baseline as shown on the drawings. The dune crest varies in height between +15.0 feet and +18.0 feet NAVD88, as shown on the drawings reflecting the average elevation of the natural dune.� The slope of the seaward face of the dune is 1V:3H.� Planting of dune vegetation will take place following completion of constructed segments. Sand for the project will be dredged from the Flood Shoal Complex.� Project work also includes, but is not limited to, beach tilling/vibration, monitoring, turbidity� monitoring, and environmental species monitoring. Project Location: The project is located in South Ponte Vedra and Vilano Beach in St. Johns County, Florida. NAICS Code 237990, size standard $30.0 million. Magnitude of construction is between $20,000,000.00 and $30,000,000.00. The Solicitation will be issued on or about 21 April 2020 and proposals will be due on or about 3 June 2020. �The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The technical evaluation factors are: Technical Merit, Past Performance and Price.� The solicitation will be issued in electronic format only and will be posted on the beta Sam.Gov website at https://beta.sam.gov/.� In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the beta Sam.Gov website at https://beta.sam.gov/.� If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation.� You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation.� For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/368e8baeba804b46942dbe0803cab0ed/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN05626317-F 20200422/200420230143 (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 |