SOLICITATION NOTICE
Y -- HERBERT HOOVER DIKE REHABILITATION, STRUCTURE REPLACEMENTS, S-271 (C-10A) RECONSTRUCTION, PALM BEACH COUNTY, FLORIDA
- Notice Date
- 5/20/2015
- 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
- W912EP-15-R-0013
- Response Due
- 7/21/2015
- Archive Date
- 8/20/2015
- Point of Contact
- Tedra Nicole Thompson, 904-232-2016
- E-Mail Address
-
USACE District, Jacksonville
(tedra.n.thompson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: HERBERT HOOVER DIKE REHABILITATION, STRUCTURE REPLACEMENTS, S-271 (C-10A) RECONSTRUCTION, PALM BEACH COUNTY, FLORIDA SOLICITATION NUMBER: W912EP-15-R-0013 RESPONSE DATE: 21 July 2015 CONTRACT SPECIALIST NAME & PHONE NUMBER: Tedra N. Thompson, (904) 232-2016 DESCRIPTION OF WORK: The project consists of demolition and removal of the existing Herbert Hoover Dike Culvert 10A and the construction of a new outlet work S-271 at the same location of the existing Culvert 10A. The demolition and reconstruction efforts will be performed in the dry requiring the installation of an earthen cofferdam within Lake Okeechobee and a steel sheep pile (SSP) cofferdam on the landside at the L-8 canal in order to dewater the construction site. To maintain flows between Lake Okeechobee and the L-8 canal, a steel sheet pile canal will be constructed to divert flow from the L-8 canal to a three barrel bypass culvert. The bypass culvert will be constructed with 10-foot diameter HDPE pipe and will be operated during the construction of the new outlet works. The bypass culvert will have a sheet pile headwall on the landside and steel pile supported gates on the lakeside. The new outlet works structure will include cast-in-place reinforced concrete headwalls (lakeside and landside), conduit and endwalls. Combination flap/slide gates will be installed in each bay of the lakeside headwall. The outlet works will consist of four (4) barrels that vary in geometry from 10-foot square at the headwalls to 7-foot high by 13.5-foot wide rectangles through the embankment. The reconstructed embankment will feature a cutoff wall, and impervious core, a vertical chimney drain, and a horizontal drain and filter. The reconstructed embankment will match the existing crest elevation of the dike at the site. Riprap will be installed along the lakeside embankment face for erosion protection. A steel sheet pile groin structure will be installed on the lakeside to reduce sedimentation in the entrance canal. A control building will be installed on the landside work platform. Work also includes the demolition and removal of two existing residential structures at the project site and clearing an electrical corridor. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated in the areas of technical merit, past performance, small business participation and price. Magnitude of construction is between $25,000,000.00 and $100,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about 03 Jun 2015 with a response date of 21 July 2015. This 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 issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/. NAICS Code 237990, size standard $36.5 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-15-R-0013/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN03737585-W 20150522/150520234959-b9ff85a253725b55276b473ca0d541e4 (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 |