Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2021 SAM #7095
SOLICITATION NOTICE

Y -- COMPREHENSIVE EVERGLADES RESTORATION PLAN, BISCAYNE BAY COASTAL WETLANDS, L-31E FLOW-WAY, CONTRACT 5B (A PHASE I PROJECT): PUMP STATION S-703 AND RECREATIONAL SITES; MIAMI-DADE COUNTY, FLORIDA

Notice Date
5/3/2021 8:48:54 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
W912EP21R0006
 
Response Due
6/21/2021 11:00:00 AM
 
Archive Date
07/06/2021
 
Point of Contact
Timothy G. Humphrey, Phone: 9042321072, Tedra Thompson, Phone: 9042321051
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil)
 
Description
A Pre-Proposal Conference will be held on Wednesday, 02 June 2021 from 10:00am � 11:00am, Local Time via teleconference.� The call-in number is: 1-844-800-2712 Access code: 199 392 9265.� It is requested that an email be sent to Timothy.G.Humphrey@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: The Biscayne Bay Coastal Wetlands (BBCW), Contract 5B covers the design of Pump Station S-703, a spreader system, and two recreational sites. The S-703 pump station has a capacity of 50 cfs and is located at the intersection of the C-102 and L-31E Canal. S-703 will pump water from the L-31E Canal/C-102 into wetlands, east of the L-31E Levee and north of the C-102, via a dissipation/spreader basin and an earthen spreader canal. The two recreational sites will be located east of the L-31E Levee and north of the C-102, near Biscayne Bay. Work will include construction of a shelter with information kiosk, and two tent sites/pads. The pump station will have manatee protective barriers, trash racks, and dewatering features, complete with stop logs. Controls will be located in a stand-alone, precast concrete building adjacent to the pump station structure. The pumps will have remote operation capability. Construction activities include installation of precast concrete, H-piles, king piles, sheet piles, concrete piles, cast-in-place concrete, tremie concrete, flowable fill, control building, pumps, pump platform, pump station controls, electrical work, lighting, lightning protection, fencing, excavation, backfilling, stockpiling, clearing and grubbing, grading, placement of topsoil, sodding, limerock road topping, riprap and bedding stone, installation of stilling wells, stilling well platforms, staff gauges and floating barriers. Additional construction activities may include dewatering, and installation of cofferdams. FP&L will provide 3-Phase, 277/480V service for S-703 by way of a new 3-Phase, OHE powerline to S-703, coming from pump station S-705 to the south, and from the west side of L-31E Canal. Also, in coordination with the South Florida Water Management District (SFWMD), FP&L will relocate the 1-Phase, OHE powerline, serving spillway S-21A, as it is currently in interference with project features. The relocated 1-Phase, OHE powerline will be installed in locations where it will not interfere with construction features/activities. This work will be complete before this contract is awarded. In-water construction utilizing divers will be necessary, because of dewatering difficulty due to the local geology and high conductivity of the underlying limestone. Soil borings indicate the presence of hard limestone within the project area. Excavation of limestone may require large excavator with rock bucket. Materials for embankment and backfill construction can be obtained from offsite sources provided by the Contractor and approved by the Contracting Officer or the Contractor can process the excavated material to meet the classification of satisfactory material for embankment fill and or select fill at no additional cost to the Government. Contract does not allow blasting within the construction limits. PROPOSAL REQUIREMENTS: AWARD WILL BE MADE TO THE OFFEROR WHO SUBMITS THE LOWEST PRICED, TECHNICALLY ACCEPTABLE (LPTA) PROPOSAL. PROPOSALS WILL BE EVAULATED BASED ON TECHNICAL ACCEPTABILITY (DEMONSTRATED EXPERIENCE AND PAST PERFORMANCE) AND PRICE. The performance period is approximately 545 calendar days after Notice to Proceed (NTP). The Request for Proposal (RFP) will be issued on or about 17 May 2021 and proposals will be due on or about 21 June 2021. NAICS Code 237990, size standard $39.5 million. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. �ALL RESPONSIBLE OFFERORS ��ARE ENCOURAGED TO PARTICIPATE. Solicitation will be issued in electronic format only and will be posted on the beta.Sam 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 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/0ac0898580fc4b2c85ce4e49f3f3072c/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05989713-F 20210505/210503230114 (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.