Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2021 SAM #7308
SOURCES SOUGHT

Y -- Central Everglades Planning Project (CEPP) Contract 11B, EAA A-2 Reservoir Embankment and Outlet Works, Palm Beach County, Florida

Notice Date
12/2/2021 11:02:23 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
W912EP22Z0009
 
Response Due
12/17/2021 11:00:00 AM
 
Archive Date
01/01/2022
 
Point of Contact
Tiffany Tatham, Phone: 9042322158, James T. Tracy, Phone: 9042322107
 
E-Mail Address
tiffany.tatham@usace.army.mil, james.t.tracy@usace.army.mil
(tiffany.tatham@usace.army.mil, james.t.tracy@usace.army.mil)
 
Description
This announcement constitutes a Source Sought Synopsis.� This announcement seeks information from industry and will only be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.� Respondents will not be notified of the results of the evaluation.� The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to gauge the interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. This requirement is for the potential fiscal year (FY) 2023 award of the construction of an earthen embankment dam, outlet work structures, an inline gated spillway, as well as completion of a seepage cutoff wall, foundation preparation for the embankment dam, and parallel open channels in Palm Beach County, Florida as part of the Central Everglades Planning Project (CEPP), Everglades Agricultural Area (EAA), A-2 Reservoir Project. There is no solicitation at this time. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed project will be a Firm Fixed Price (FFP) contract.� The Jacksonville Districts anticipates the issuance of a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information requested. Project Description: The work includes clearing, grubbing, demucking, blasting, excavation and processing of several million cubic yards of earthen material for the construction of a 17.3 miles-long embankment dam.� Embankment height will be 38.0 ft above average natural grade in the north, east, and west: and 34.0 ft above natural grade in the south.� Work will also include construction of four (4) multi-barrel, gated outlet-work structures, as well as one (1) multi-bay, gated inline-spillway.� In addition, the work will include foundation preparation, installation of a seepage cutoff wall, canal backfilling, and all incidental related work to prepare approximately 8.0 miles of foundation for the 17.3 miles-long embankment dam.� The approximate toe to toe width of the foundation is 260 feet in the north, east, and west; and 235 feet in the south. Last, the work will include construction of approximately 1.0 miles of parallel open channels (canals) as well as a maintenance road with benches between the canals.� The northern most canal (seepage canal) will have a bottom width of 10 feet, 2.5H:1V side slopes, and an approximate depth of 16.5 feet below natural ground surface.� The southernmost canal (Inflow/Outflow canal) will have a bottom width of 55 feet, 2.5H:1V side slopes, and an approximate depth of 16.5 feet below natural ground surface.� The maintenance road and benches will separate the seepage and Inflow/Outflow Canals by approximately 65 feet and will have a minimum crest width of 14 feet approximately 4.5 feet above natural ground surface.� Dewatering will be required to control the groundwater and conduct work in the dry in accordance with contract specifications. All lands for this project are owned by the South Florida Water Management District (SFWMD) and provided to the USACE for construction of these project features. Specific Project Challenges: The work will be performed in a remote area of Palm Beach County, Florida approximately 13 miles south of South Bay and 30 miles northwest of Fort Lauderdale.� Government furnished access is north of the SFWMD�s A-1 FEB off U.S. Hwy 27 and is shared with both SFWMD and USACE construction contractors.� The work will require significant surface and groundwater management for the duration of construction to ensure proper foundation preparation occurs per project specifications.� USACE will obtain the appropriate Comprehensive Everglades Restoration Plan Regulation Act (CERPRA) permit from the Florida Department of Environmental Protection (FDEP), however the construction contractor will be responsible for obtaining additional permits from the FDEP and the SFWMD for water use authorization and stormwater discharge during construction. Work will require the blasting, excavation, and processing of several million cubic yards of material to be used as embankment fill.� Embankment dam internal drainage features will have very specific criteria and may require importing material from off-site.� Full interior of embankment dam will be covered with soil cement.� Muck pockets across the site can be expected to vary from several inches up to five (5) feet or greater with an average in the range of one to two (1 � 2) feet.� The work will also require construction of a cutoff wall that will vary in total length (35 � 60 ft) and tip elevation (-25 to -50 ft below ground surface). Gated outlet work structures as well as the gated inline spillway structure will require construction of cofferdams and significant dewatering to maintain a dry working surface on the cofferdams interior for construction of these mass concrete structures. �Further, additional construction contracts for other components of the EAA A-2 Reservoir are ongoing or may be issued during the performance period of this contract that require further coordination with the USACE, the SFWMD, and all applicable contractors. The contractor must be able to provide as-builts of the finished work acceptable to the Government. The Estimated Magnitude of construction is over $500,000,000. The estimated period of performance is 2,190 calendar days from receipt of 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 submitting a proposal on the solicitation when advertised. 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 from the date of this Sources Sought.� Firm should provide at least two examples which, at a minimum, include the following: Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project Emphasis should be on projects that included (1) construction of soil cement bentonite cutoff wall (2) preparation of earthen embankment foundations and (3) management of surface and groundwater in areas that experience on average greater than 50 inches of rain annually and groundwater is at or within two (2) feet of the surface. 4.� Firm shall identify their Small Business classification and Small Business Size. Small Business, Small Disadvantage Business 8(a) Small Business SDVOSB WOSB 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 Source Sought Synopsis will be evaluated and used in determining acquisition strategy. NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL 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 Synopsis by no later than December 17, 2021 at 2:00PM, EST. All responses under this Sources Sought shall be sent to Mr. James Tracy via email at james.t.tracy@usace.army.mil and Mrs. Tiffany Tatham at tiffany.tatham@usace.army.mil. Prior Government contract work is not required for submitting a response under this Sources Sought. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0be03e1d820540ada18dd76efb6ee37e/view)
 
Place of Performance
Address: Palm Beach, FL, USA
Country: USA
 
Record
SN06190247-F 20211204/211202230115 (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.