Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2006 FBO #1558
SOURCES SOUGHT

Y -- KISSIMMEE RIVER FLORIDA PROJECT, ISTOKPOGA FEATURES, HIGHLANDS COUNTY, FLORIDA

Notice Date
3/1/2006
 
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-06-Z-0004
 
Response Due
3/15/2006
 
Archive Date
5/14/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. 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 and Service Disabled Veteran-Owned Small business firms for the purpose of determining how the solicitation will be advertised. We are seeking SBA Certified 8(a) Firms certified in the Small Business Administration Region IV, which includes the States of Kentucky, Tennessee, North Carolina, South Carolina, Geor gia, Alabama, Mississippi and Florida. Also, we are seeking HubZone and Service Disabled Veteran-Owned Firms nationwide. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Govern ment, implied or otherwise, to issue a solicitation or award a contract. The Project Description for Istokpoga work features includes construction of an access road, a tie-back levee, a gated culvert structure in the tie-back levee (Structure 67X1), a gate d box culvert structure in Istokpoga Canal (Structure 67), demolition of G-85 Weir and construction of a boat ramp area, which includes picnic shelters, restroom and boat ramp. Also, channel improvements will be made to the Istokpoga Canal east of Highway US 98, and spoil mounds will be removed from the north and south banks of the canal from Highway US 98 to the old Kissimmee River. The features are described below: 1. Access Road - The access road begins at CR 621 approximately 1.25 miles north of Istok poga Canal and traverses eastward until it intersects the north end of the tie-back levee. The road bed is 24 feet wide at the top with a one foot layer of shell rock, and is approximately 4,700 feet long. 2. Tie-back Levee - The tie-back levee is locate d adjacent to the Istokpoga Canal approximately 7,200 feet east of County Road 621. The levee is 4,273 feet long, has a top width of 14 feet and is approximately 5 to 7 feet above existing grade. 3. Borrow Canal - The borrow canal is adjacent to the tie- back levee. 4. Canal Improvements - The Istokpoga Canal will be improved from east of Highway US 98 to the old Kissimmee River. Channel improvements include excavating the canal for 7,850 feet. The canal will have a bottom width of 30 feet with an inver t elevation of EL. 28. 5. Spoil Mound Removal - Spoil mounds on both sides of the canal will be removed and disposed of in a nearby disposal site. Spoil mound removal begins east of Highway US 98 and continues to the old Kissimmee River. The approximate length of spoil mound removal is 7,800 feet. 6. Boat Ramp Area - A boat ramp area will be constructed at Highway US 98 and Istokpoga Canal. The boat ramp area includes picnic shelters, picnic sites, paved parking areas, restroom, and boat ramp with floa ting dock. The boat ramp will be able to accommodate both small fishing boats and air boats. 7. Structure 67 - Structure 67 is located in the Istokpoga Canal approximately 8,000 feet east of County Road 621. The structure consists of two 4 X 8 box cul verts with control structures. The control structures have stainless steel slide gates and stop gates. Slide gates will have actuators and be operated remotely via telemetry. The control house for the structure includes an emergency generator for back-u p electrical power. 8. Structure 67X1 - Structure 67X1 is located in the tie-back levee. The structure consists of four reinforced concrete pipes that have a diameter of 4 feet. Each pipe terminates at a concrete headwall. Pipe discharges are controlle d with a stainless steel slide gate that is attached to the headwall. The opposite end of the pipe is mitered and opens to the borrow canal. Slide gates have actuators and are operated remotely via telemetry. Telemetry controls are located at the Struct ure 67 control building. 9. G-85 Weir Demolition - The existing G-85 weir structure is located 370 feet east of Structure 67. The structure consists of steel sheet piles, H-piles, stop logs and walkway. This structure will be demolished and disposed in a sanitary landfill. 10. Glades Electrical Work - Provide electrical service to features from the local utility company. The Magnitude of Construction is betw een $10,000,000 and $15,000,000. Please provide a Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work. This SOC should be a brief description of your companys capabilities. The contra ctors should provide brief references of jobs they have performed and the magnitude of construction. Also, interested contractors must include bonding information (on the bonding company letterhead) that the company has the capability of receiving bonding up to $15 million. If we do not receive an adequate number of qualified respondents (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 compet e for this project. REMEMBER: DO NOT REGISTER AS A PLAN HOLDER AT THIS TIME. THE FINAL PLANS AND SPECIFICATIONS WILL CARRY A DIFFERENT IDENTIFICATION NUMBER AND REGISTRATION WILL BE REQUIRED AT THAT TIME. 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) 232-3736, 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@usace.army.mil. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this R equest for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from any Governme nt solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr2000.com. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Go vernment solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 237990 and the Small 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
SN00997113-W 20060303/060301212658 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.