SOLICITATION NOTICE
Z -- Shore Protection Project, St. Johns County, Florida, Beach Renourishment 2011, St. Augustine Beach
- Notice Date
- 10/4/2011
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP12B0001
- Response Due
- 11/18/2011
- Archive Date
- 1/17/2012
- Point of Contact
- Beau Corbett, 904-232-1388
- E-Mail Address
-
USACE District, Jacksonville
(beau.corbett@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The St. Johns County Shore Protection Project consists of placing sand on 2.3 miles of St. Augustine Beach from the southern limits of Anastasia State Park starting at a point about 3.1 miles south from the inlet (between State monuments R-139 and R-151). The solicitation will present two alternates for construction. In the first alternate, Alternate A, approximately 1.8 million cubic yards of sand will be placed on the 2.3miles of beach. In the second alternate, Alternate B, approximately 2.1million cubic yards of sand will be placed on the same 2.3 miles of beach. The width of the berm varies between 95 feet to 485 feet from the construction baseline at Elevation +9.0 NAVD 1988. The sand will come from three borrow sources at St. Augustine Inlet. The navigation channel and the Vilano Point area at the inlet will be dredged first. Vilano Point is approximately 6.2 miles from the south end of the project beach. When these areas have been completely dredged, the southern half of the ebb shoal at the entrance to St. Augustine Inlet will be systematically dredged to place the remaining beach fill. Dredge pipeline shore landings shall only occur south of R-139. Beach tilling of the finished berm shall be required. Turbidity monitoring is also required. A site visit will be held. Site visit information will be provided in the solicitation. A PRE-PROPOSAL TELECONFERENCE will be held following the site visit. Date, time, and call-in number will be provided to all interested parties that register in accordance with the following paragraph. The purpose of the pre-proposal conference is to provide an opportunity for two-way communication between the government and the dredging industry. Everyone interested in participating shall provide their company name, individual names, telephone numbers, and e-mail addresses of all participants by e-mail to Katrina Hills-Denson at katrina.l.denson@usace.army.mil not later than the date of the site visit. In addition, it is requested that all questions be submitted in writing by e-mail to Ms. Hills-Denson a minimum of 3 days prior to the pre-proposal teleconference. Magnitude of construction is between $10,000,000.00 and $25,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. COAST GUARD CERTIFICATION OF VESSELS IS REQUIRED. ALL RESPONSIBLE BIDDERS ARE ENCOURAGED TO PARTICIPATE. There will be a price preference for certified HUBZone small business concerns that comply with the requirements in the solicitation as stipulated in FAR 19.1307. The solicitation will be issued on or about 17 October 2011 with proposals due on or about 17 November 2011. Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website at http://www.fedbizopps.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 Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. NAICS Code 237990, size standard $20 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP12B0001/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN02601626-W 20111006/111004234521-baa4ad8b69ba692609b53773f705e616 (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 |