SOURCES SOUGHT
Y -- KISSIMMEE RIVER RESTORATION PROJECT CONTRACT 13A, REACH 4 BACKFILL HIGHLAND AND OKEECHOBEE COUNTIES, FLORIDA
- Notice Date
- 3/24/2005
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-05-Z-0003
- Response Due
- 4/4/2005
- Archive Date
- 6/3/2005
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Source Sought Synopsis. This is not a Request for Proposal and will be used to identify SBA Certified 8(a) and/or HUBZone Small business firms for the purpose of determining how the solicitation will be advertised. W e are seeking SBA Certified 8(a) Firms Certified in Small Business Administration Region IV, which includes the States of Kentucky, Tennessee, North Carolina, South Carolina, Georgia, Alabama, Mississippi and Florida, and HubZone Firms nationwide. This so urces sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Kissimmee River Florida Project is located in Sout h Central Florida and extends from Orlando to Lake Okeechobee. The purpose of the project is to provide the necessary flows for the restoration of the Kissimmee River ecosystem and maintain the existing level of flood control within the Kissimmee River Ba sin. Description of the work is as follows: This project consists of backfilling 10,000 feet of C-38 from the northern end of the Phase 1 (station 1880+00) to approximately 2000 feet north of Weir 1 (station 1980+00, the southern end of Avon Park Bombing Range). Fill material will be used from the existing spoil mounds along the C-38 Canal. These mounds are located on the eastside of Avon Park Bombing Range (West Side of C-38) and on the East side of C-38 South of Avon Park Bombing Range. The removal o f three existing navigable sheet pile weirs east of Avon Park Bombing Range. These weirs are located on C-38 at stations 1960+00, 2094+00, and 2164+00, weir 1, 2, and 3 respectively. Constructing a 4,000 foot gap in the northern end of the spoil mound lo cated on Avon Park Bombing Range from station 2095+00 to 2135+00. This gap is needed to maintain existing levels of flood protection within the Kissimmee River Basin. The excavation of an oxbow connection (approximately 1400 feet long) through the spoil mound on the southern end of Avon Park Bombing Range. To access the material north of this oxbow a haul road shall be constructed across the oxbow with 8 six-foot diameter culverts. To haul material across C-38 from the western spoil mound to the eastern side an earthen crossing will be constructed with 8 twelve-foot diameter culverts or similar hydraulic area. The removal of the remaining 250 feet of levee along the southern boundary of Avon Park Bombing Range and associated culvert structure (472 inch stop log risers and catwalk). This work will require a high level of construction management and building skills. The Contractor will need substantial resources to react to varying needs during the project. Reliable equipment and a competent workforce are needed to successfully accomplish the work. The contractor should be fully versed in operating and maintaining heavy construction equipment. Difficulties that might be encountered during the performance of this work include: limited site access, const ruction sequencing, working in wet conditions, and protection of equipment and personnel during rapidly changing water surface elevations. Please provide a Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform th e specified type of work. This SOC should be a brief description of your company's capabilities. Also, interested contractors must include bonding information (on the bonding company letterhead) that the company has the capability of receiving bonding up to $20 million. If we do not receive an adequate number of qualified respondants (i.e., two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project. Receipt of potential offerors SOC shall be no later than fifteen (15) calendar days from the date of this notice by 4:00 pm. Responses to this sources sought may be faxed, to the attention of Claurice Dingle, at (904) 232-2748, mailed to U.S. Army Corps of Engineers, Contracting Division, 701 San Marco Blvd., Jacksonville, Florida 32202; or sent via email to Claurice.M.Dingle@saj.usace.army. mil. Note: A draft solicitation is posted at the Jacksonville District web site at http://www.saj.usace.army.mil/ (Select Contracts/Business Opportunities). The magnitude of construction is $10,000,000 to $25,000,000 and the period of performance is 730 days. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr2000.com. You must be reg istered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 237990 and the Sm all Business size standard is $ 28.5 million.
- Place of Performance
- Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Country: US
- Record
- SN00775700-W 20050326/050324212613 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |