Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2020 SAM #6623
SOURCES SOUGHT

Z -- PICAYUNE STRAND RESTORATION PROJECT, US41 AND CR92 CONVEYANCE FEATURES

Notice Date
1/15/2020 7:09:50 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
W912EP
 
Response Due
2/4/2020 11:00:00 AM
 
Archive Date
02/19/2020
 
Point of Contact
Remi J. Eggers, Phone: 9042321003
 
E-Mail Address
remi.j.eggers@usace.army.mil
(remi.j.eggers@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PICAYUNE STRAND RESTORATION PROJECT, US41 AND CR92 CONVEYANCE FEATURES, DESIGN-BUILD CONTRACT FOR U.S. ARMY CORPS OF ENGINEERS (USACE), JACKSONVILLE DISTRICT The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Picayune Strand Restoration Project, US 41 and CR 92 Conveyance Features, Collier County, Florida. The proposed project will be a Firm Fixed Price (FFP) Design Build contract. The Jacksonville District anticipates the issuance of a Solicitation in March 2020. The result of this market research will contribute to determining the method of procurement. This is NOT a solicitation. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community (Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Description of the Project The principal intent of this project is to provide hydraulic connectivity through the addition of new culverts under or adjacent to existing US Route 41(US41) and existing County Road 92 (CR92/San Marco Dr.) in Collier County.� Culverts under US41. Three new double barrel 12 foot wide by 5 foot high concrete box culverts will be located under US41, approximately 1,000-feet southeast of the intersection of US41 and Tomato Road.� The exact location of the culverts shall be determined during design, with a minimum and maximum range of 80 to 130 feet between centerline of culvert locations.� The three culvert locations will create new hydraulic openings for conveyance from the Tamiami Canal to the south side of US41.� Culvert barrels will not require skews.� The culvert invert elevation is -1.5 feet NAVD88.� The preliminary estimated length of culvert barrel is approximately 70 feet based on preliminary hydraulics, however maintenance of traffic and phased construction may control culvert length.� The required culvert length and wingwall geometric configuration shall be determined during design minimally based on existing roadway cross section including survey, proposed grading and safety requirements.� Vehicular, two-lane, two-way, and pedestrian access shall be maintained at all times during construction in the maintenance of traffic plan.� US 41 is an evacuation route. Culverts shall be considered bridge-sized culverts and require load rating in accordance with FDOT requirements.� The limits of construction including any approach construction are from Sta. 810+00 to 837+00.� Maintenance of traffic may extend beyond these limits.� All construction for maintenance of traffic must be removed at the end of the project and the original grades restored. Culverts parallel to US41. Three existing 36� HDPE pipe culverts are located in the Tamiami Canal parallel to US 41.� Culverts are on the north side of US 41 and approximately 400 feet southeast of the intersection of CR92 (San Marco Rd.) at US41.� Existing culverts are located under a driveway, allowing ingress and egress to the adjacent residents at 20201 Tamiami Trail East, which is located within Collier-Seminole State Park.� Existing culverts shall remain and an additional 36� culvert shall be added adjacent to the existing culverts with an invert elevation of -0.5 feet NAVD88.� Work shall include maintenance of traffic for ingress/egress property access at all times during construction.� Appropriate safety features shall be provided where clear zone requirements cannot be met and may include but not be limited to new barriers and guardrail.� Culvert shall be provided in accordance with Florida Department of Transportation Standard Specifications for Road and Bridge Construction Section 430 Pipe Culverts. Culvert under CR92 (San Marco Drive). One new double barrel 10 foot wide by 3 foot deep concrete box culvert will be located under County Road 92 (San Marco Drive), approximately 2,400-feet west of the intersection of CR92 at US41.� The new culvert will create a hydraulic opening for conveyance between the north and south sides of CR92.� Culvert barrels will not require skews.� The preliminary estimated length of culvert barrel is approximately 110 feet with an invert elevation of 0.0 feet NAVD88.� The required culvert length and wingwall geometric configuration shall be determined during design minimally based on existing roadway conditions, survey, proposed grading and safety requirements.� Vehicular, one-lane, one-way, access shall be maintained at all times during construction in the maintenance of traffic plan.� CR92 is an evacuation route. Culvert shall be considered a bridge-sized culvert and requires load rating in accordance with FDOT requirements.� The limits of construction including any approach construction are from Sta. 558+00 to 578+00.� Maintenance of traffic may extend beyond these limits.� All construction for maintenance of traffic must be removed at the end of the project and the original grades restores. Signing and pavement marking is the responsibility of the Design-Build Firm. It is USACE�s intent that all Project improvements be completed without FDOT design variations and exceptions. It is USACE�s intent that all Project construction activities be conducted within the existing Right-of-Way. Any Technical Proposal that requires the acquisition of additional Right-of-Way will be rejected. The Estimated Magnitude of construction is between $5,000,000 and $10,000,000. The estimated period of performance is 584 Calendar days from the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237310 Highway, Street, and Bridge Construction. The Small Business Size Standard for this project is $39.5 million. �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, website, and email address. 2.� Firm�s interest in bidding on the solicitation as an invitation for bid (IFB) when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past (10) years). Firms should provide at least 2 examples which include, at a minimum, the following information: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project), Emphasis should be on projects that included similar environmental conditions and stone requirements. 4.� Firm�s socioeconomic category � Small Business, 8(a) participants, service-disabled veteran-owned small business concerns (SDVOSB), women-owned small business (WOSB), or HUBzone small business concerns. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.� 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable � existing and potential. 6.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 7. Indicate if by combining these locations and project work, does this impact you firm's ability to compete for these projects. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. NOTES:� DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 4 February 2020 by 2:00PM Local Time. All responses under this Sources Sought Notice must be emailed to Remi.J.Eggers@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to SAM.GOV.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/975a42e88b4e4f2db562f82b5590398b/view)
 
Place of Performance
Address: Goodland, FL, USA
Country: USA
 
Record
SN05536165-F 20200117/200115230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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