SOURCES SOUGHT
Y -- Water Control Structure (Culvert) Reconstruction, Herbert Hoover Dike Rehabilitation Project, Okeechobee and Palm Beach County, Florida
- Notice Date
- 12/5/2012
- Notice Type
- Sources Sought
- 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
- W912EP13Z0003
- Response Due
- 12/21/2012
- Archive Date
- 2/3/2013
- Point of Contact
- Beau Corbett, 904-232-1388
- E-Mail Address
-
USACE District, Jacksonville
(beau.corbett@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. 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 has been tasked to solicit for and award a project/procurement to include removing and replacing existing gated water control structures (culverts) within the Herbert Hoover Dike (HHD) embankment. The water control structures (culverts) will be designed to meet current USACE dam safety design criteria for outlet structures. The existing water control structures (culverts) have corrugated metal barrels at invert elevation +/- 4.0 feet. The crest elevation of dike is approximately +/- 36 feet. The water control structures (culverts) can have multiple barrels as large as 10 feet in diameter. Proposed project will be a competitive, Firm-fixed Price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. The Government reserves the right to issue multiple types of contract under this market research. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). This procurement will be issued under NAICS Code 237990 (Small Business Size Standard: $33.5 Million). The magnitude of construction is between $10,000,000.00 and $25,000,000.00. The project scope of work would involve the following: 1) Construction of sheet pile, cellular, earthen or composite pile / sheeting cofferdam around the construction to elevation +/- 26 on the lakeside and +/- 15 on the landside. The bottom of excavation is estimated to be elevation zero. The cofferdam system must be capable of withstanding a hydraulic head of +/- 26 feet. The contractor must have a minimum of ten years experience in sheet pile or composite pile / sheeting wall construction and the contractor's foreman must have worked on five jobs of similar size and nature within the last five years. 2) Degrade the HHD embankment as required to remove the existing culvert barrels, lakeside and landside headwalls and wingwall structures. 3) Remove existing sheet pile retaining walls and/or groins. 4) Design and install groundwater control measures as required to control and monitor groundwater within the excavation footprint. The contractor must have a minimum of ten years experience in groundwater design and control. The contractor's foreman must have worked on five jobs of similar size and nature within the last five years. 5) Construct a seepage cutoff wall along the approximate centerline of HHD crest. In some locations, the cutoff wall will be designed to tie-in to existing cutoff walls within the HHD embankment and will be as long as 500 feet and as short as 100 feet. At other locations where no cutoff wall exists within the embankment, the cutoff wall will be constructed approximately 10 to 50 feet beyond the concrete box culvert limits. The cutoff wall will be located at the approximate mid-point of the culvert barrels and constructed to depths as much as approximate elevation -40 feet. The cutoff wall can be but is not limited to the following: a. An auger cast secant pile cutoff wall b. A soil cement bentonite cutoff wall c. A grout injected (jet grouted) secant cutoff wall The wall must have the following properties, a minimum width of 18 quote mark, a permeability across the wall of 10^-6 cm/sec, be continuous and homogeneous. The contractor must have a minimum of ten years experience in cutoff wall construction and the contractor's foreman must have worked on five jobs of similar size and nature within the last five years. 6) Design and install drainage (to the lake) and irrigation (from the lake) bypass system(s) to convey water to and from Lake Okeechobee around or through the construction site to the adjacent drainage conveyance systems. 7) Construct a multiple barrel, 10 foot diameter cast in place concrete barrel culvert. 8) Construct concrete headwalls and wingwalls including installation of auger cast pile support systems (approximate diameter of 24 inches) to depths as much as elevation -80 feet. The contractor must have a minimum of ten years experience in auger cast pile construction and the contractor's foreman must have worked on five jobs of similar size and nature within the last five years. 9) Install control gates, control buildings and telemetry to control the culvert gates. 10) Design and install retaining walls varying in height from 2 to 20 feet. 11) Remove the dewatering and drainage bypass system. 12) Reconstruct the HHD embankment to the authorized elevation +/- 36. 13) Remove the cofferdam system. 14) Install erosion control measures which can include but are not limited to rip-rap, gabion baskets, and concrete aprons. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on overall Best Value to the Government. The Tradeoff Process will be used. Anticipated solicitation issuance date is on or about the summer of 2013, and the estimated proposal due date will be on or about the fall of 2013. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. 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, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Provide at least 3 examples of firm's capability to perform a contract of this magnitude and complexity. (Include firm's capability to construct water control structures similar to the one described above; descriptions of comparable work performed within the past 5 to 10 years should include a brief description of the project, any subcontractors that were significantly involved, customer name, timeliness of performance, customer satisfaction, and dollar value of the project). 4. Identify if firm is capably of and/or meets the requirement of the 14 items listed in the Project Scope of Work. If firm is not capable or does not have the required experience identified, please explain briefly the short coming and how the firm will overcome the short coming (i.e. existing relationships with capable sub-contractors). Firm shall provide documented experience managing multiple subcontractors concurrently during a single construction project. 5. Firm's Small Business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc) 6. Firm's Joint Venture information if applicable. 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company on company letterhead. Interested Firm's shall respond to this Sources Sought Synopsis no later than December 21, 2012. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Email your response to Beau Corbett at beau.corbett@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP13Z0003/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN02943156-W 20121207/121205234426-0f50ca5a50df96cdb7d0ee8573f48f03 (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 |