SOLICITATION NOTICE
Z -- Martin County Shore Protection Project, Beach Renourishment 2013, Hutchinson Island, Martin County, Florida - Specifications, GROUP1-10-R-J009
- Notice Date
- 10/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- GROUP1-10-R-J009
- Archive Date
- 11/30/2012
- Point of Contact
- Tedra Nicole Thompson, Phone: 9042322016, Claurice M Dingle, Phone: 904 232 3736
- E-Mail Address
-
tedra.n.thompson@usace.army.mil, Claurice.M.Dingle@usace.army.mil
(tedra.n.thompson@usace.army.mil, Claurice.M.Dingle@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Specifications for Martin County SPP, Beach Renourishment 2013, GROUP1-10-R-J009 SUBJECT: Z - MARTIN COUNTY SHORE PROTECTION PROJECT, BEACH RENOURISHMENT 2013, HUTCHINSON ISLAND, MARTIN COUNTY, FLORIDA SOLICITATION NUMBER: GROUP1-10-R-J009 RESPONSE DATE: 15 NOVEMBER 2012 CONTRACT SPECIALIST NAME & PHONE NUMBER: TEDRA N. THOMPSON, 904 232-2016 THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP-10-R-0023 & W912EP-12-R-0011: Great Lakes Dredge and Dock, LLC (W912EP-11-D-0004); Weeks Marine, Inc. (W912EP-11-D-0005); Manson Construction Company (W912EP-11-D-0006); Dutra Dredging Company (W912EP-11-D-0007) and Cashman Dredging and Marine Contracting (W912EP-12-D-0003) PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP1 MATOC POOL. DESCRIPTION OF WORK: The proposed project is to construct beach nourishment along 4 miles of the Atlantic Ocean shoreline commencing south from the northern boundary of Martin County between the FDEP reference monuments R-1 through R-25. The approved historical beach fill template included a 9O-foot wide berm at Elevation +6.5 NAVD 88. The constructed foreshore slope would be 1:10. At the south of the project, the beach tapers to the existing profile at monument R-25. The beach fill design also includes a 65-foot wide dune feature that has a 20-foot wide crest at Elevation +11.0 NAVD 88. For this project, the Contractor shall construct alternate equal-length segments of shoreline using the historical template mentioned above with an experimental construction template. The experimental or turtle-friendly template would begin at the design toe of the dune at Elevation +6.5 NAVD 88. The design beach profile would slope at 1 on 50 to Elevation +5.5 NAVD 88 (50-foot wide). From this point, the turtle-friendly profile shall slope at 1 on 20 to mean low water (Elevation +2.6 NAVD 88). This experimental segment of fill shall also include the dune feature as specified above. The distance from R-1 to R-25 is approximately 21,600 feet. Each 2000-foot segment shall be separated by a 700-foot transition. The north limit of the project shall transition into the existing beach profile at R-1 with a 200-foot taper. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. To fill this project will require a hopper dredge or similar equipment to obtain beach quality sand that will come from a borrow site located approximately 6 nautical miles offshore of the northern portion of the project. Designated pipeline corridors shall be used by the Contractor for access to the beach. This will minimize impact on the marine habitat offshore. The request for proposal will be issued on 10 OCTOBER 2012 and proposals will be due on or about 09 NOVEMBER 2012. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). For LPTA, the technical evaluation factors are availability of technically acceptable plant and equipment and past performance. Districts can contact the Jacksonville District regarding contractors' performance under the MATOC and/or check contractors' past performance on PPIRS (CCASS). See attached request for proposal for submission requirements. The request for proposal 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, firms must REGISTER TO RECEIVE NOTIFICATION 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. NAICS Code 237990, size standard $20 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/GROUP1-10-R-J009/listing.html)
- Place of Performance
- Address: Hutchinson Island, Martin County, Florida, United States
- Record
- SN02914034-W 20121018/121016233820-6d6246c2c328b1f7a085dabe1c827ac3 (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 |