SOURCES SOUGHT
Z -- South Contract 1 L67 A Structures, Spoil Mound Removal, and L 67 C Gapping for the Central Everglades Planning Project
- Notice Date
- 3/17/2020 4:58:02 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
- W912EP20Z0014
- Response Due
- 3/20/2020 9:00:00 AM
- Archive Date
- 03/31/2020
- Point of Contact
- Joseph Sherwood, Phone: 9042322158
- E-Mail Address
-
joseph.d.sherwood@usace.army.mil
(joseph.d.sherwood@usace.army.mil)
- Description
- Sources Sought Synopsis 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 the South Contract 1 � L 67 A Structures, Spoil Mound Removal, and L 67 C Gapping for the Central Everglades Planning Project (CEPP). The project is scheduled to be awarded in the summer of 2020.� The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990 (Small Business Size Standard is $39,500,000). There is no solicitation at this time. 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 Large & the Small Business Community to include 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 Project: The three structures are multi-barreled gated culverts with vertical slide gates, and a total length of 60 feet. The upstream and downstream inverts were determined based on historical low TW elevations (7.50 ft. NGVD in the gap between L-67 A and L-67 C Canals) and adjusted to accommodate the height of the barrel plus one foot of clearance. The upstream and downstream inverts were set to 1.50 ft. NGVD. The design flow for the three structures is 500 cfs with a design hydraulic head of 1.5 feet. The design velocity through the structures is 4.2 fps. The Scope of Work for this project�include the following four (4) items, (A) Install the proposed L 67 A levee structures; S-631, S-632, and S-633 detailed as new gated flood control culverts, with 5.5-ft. x 5.5-ft. manual vertical slide gates, two (2) sets of stop logs, each with total design capacity of 500 cubic feet per second (cfs) to convey water from WCA 3A to WCA 3B; (B) Remove the existing spoil islands directly to the west of the proposed structures to enhance the sheet flow into the S-631, S-632, and S-633 structures; (C) Excavate the corresponding gaps within the L-67 C levee to convey water from WCA 3A to WCA 3B; (D) Backfill the existing east-west agricultural canal between the L 67 A and L 67 C levees, to enhance the sheet flow through the WCA 3A, by removing an east-west ditch that currently redirects the sheet flow perpendicular to the natural southern sheet flow through the WCA 3A. The project�s consists of the installation of levee cofferdams, dewatering, excavation, clearing and grubbing, demolition, installation of HDPE piping, cast-in-place headwalls, zoned embankment backfill, the installation of needle gates, barge transportation of equipment, associated gate controls and instrumentation; site work grading and rip rap along the culvert�s discharge. Location of Project The L 67 A and C project is located in western Miami-Dade County, between WCA-3A and WCA-3B, west of C-111, north of the Tamiami Trail (US-41). This project will direct the sheet flow from WCA-3A through three (3) proposed gate structures; then flow southeastward through WCA-3B; then the water flows southward through structures under Tamiami Trail (US 41), and ultimately the flows continue south through Taylor Slough to Everglades National Park (ENP). Specific Project Challenges The structures S-631, S-632, and S-633 are proposed to be constructed on the existing L 67 A levee with the project, with a limited vehicular access for materials, equipment, or labor. The construction access to the project site will be from US�Highway 41 (Tamiami Trail) by S-333 along L-67A and L-67C levees. The northern access is from S-9 Pump Station or by Everglades Holiday Park along the L-67A Canal. The site layout includes these features: Access, Staging of Equipment/Disposal, S-631, S-632, and S-633 Culvert structures, L 67 C Gap, and L 67 C backfill treatments. The contractor has sole responsibility for providing the necessary traffic control devices and responding appropriately for the protection of the public and his personnel. The general construction vehicular access is from US 41 (Tamiami Trail) by the S-333 structure along the L-67A and L-67C levees. The contractor will be required to access the west side of the L 67 A canal, adjacent to the L 67 A levee, with heavy equipment, to remove existing spoil islands on the west side of� the canal. The contractor will also be required to fill an existing agricultural ditch that travels east west between the L 67 A and L 67 C. Environmental Conditions Contractor to assume all construction will be performed with surface water present. The Contractor will arrange their construction sequencing to work within the existing wetlands, surface waters, and permitting requirements. Consolidation Conditions The intent is for structures in this project will be built by one contractor, for the coordination of the project construction sequence. The northernmost structure, S-633, will require substantial completion, with the work moving southward to S-632. In this way, the contractor�s materials, labor, and equipment will not cross the recompleted structure. The coordination of this work sequencing, limited access, and environmental considerations, requires extensive coordination of one contractor. The degrade sections of the L 67 C levee will be required to be completed from the northern most degrade section southward, again so that the contractor�s materials, labor, and equipment will not cross the recompleted work. Industry is requested to identify strengths and weaknesses you may encounter with consolidating or not consolidating the work described above. The rough order of magnitude is $25,000,000 to $100,000,000. The estimated period of performance is 730 calendar days after issue of Notice to Proceed with 60 days to commence performance after award. 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 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.� Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 2 example. �Emphasis should be on projects that included similar environmental conditions and stone requirements. 4.� Firm�s Business category and Business Size �Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. 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.� Identify any strengths & weaknesses resulting from consolidating or not consolidating the required as described in this notice. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by the posting closing date. All responses under this Sources Sought Notice must be emailed to Joseph Sherwood (Joseph.D.Sherwood@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 beta.sam.gov.� If you have any questions concerning this opportunity, please contact the identified POC.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8323685ac2874751818ac7dd602f7d36/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN05592341-F 20200319/200317230153 (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 |