Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOLICITATION NOTICE

Y -- COASTAL STORM RISK MANAGEMENT PROJECT, FLAGLER BEACH INITIAL NOURISHMENT 2020, FLAGLER COUNTY, FLORIDA

Notice Date
8/5/2020 7:05:51 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
GROUP1-18-R-J014
 
Response Due
9/25/2020 11:00:00 AM
 
Archive Date
10/10/2020
 
Point of Contact
DeWayne A. Sparks, Phone: 9042321626, Claurice M Dingle, Phone: 9042321387, Fax: 9042322748
 
E-Mail Address
dewayne.a.sparks@usace.army.mil, Claurice.M.Dingle@usace.army.mil
(dewayne.a.sparks@usace.army.mil, Claurice.M.Dingle@usace.army.mil)
 
Description
***08/05/2020 REVISION - REVISING ADVERTISEMENT DATE FROM 22 JUL 20 TO 26 AUG 20.� CHANGED PRE-PROPOSAL CONFERENCE FROM 05 AUG TO 02 SEP 2020 @ 10:00 AM AND RECEIPT OF PROPOSALS FROM 24 AUG 20 TO 25 SEP 20 .� ALL OTHER CONDITIONS REMAIN THE SAME*** ***07/09/2020�REVISION -�CHANGED POC INFORMATION*** ***05/19/2020 REVISION - ADDED PERIOD OF PERFORMANCE OF 244 CALENDAR DAYS AFTER RECEIPT OF NOTICE TO PROCEED.*** ***04/15/2020 REVISION - PROJECT TITLE CHANGED TO COASTAL STORM RISK MANAGEMENT PROJECT, FLAGLER BEACH INITIAL NOURISHMENT 2020, FLAGLER COUNTY, FL.�� ADDITIONALLY, THE PROJECT DESCRIPTION HAS BEEN UPDATED.*** NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP18R0029, GROUP 1 - UNRESTRICTED: Callan Marine, Ltd. (W912EP19D0023); Cashman Dredging & Marine Contracting Co., LLC (W912EP19D0024); Cavache Inc. (W912EPD0025); Continental Heavy Civil Corp (CHC) (W912EP19D0026); Cottrell Contracting Corporation (W912EP19D0027); Great Lakes Dredge & Dock Company, LLC (W912EP19D0028); J.T. Cleary Inc. (W912EP19D0029); Manson Construction Co. (W912EP19D0030); Marinex Construction, Inc. (W912EP19D0031); Norfolk Dredging Company (W912EP19D0032); Orion Marine Construction, Inc. (W912EP19D0033); Southern Dredging Co., Inc. (W912EP19D0034); The Dutra Group (W912EP19D0035); Waterfront Property Services, LLC dba Gator Dredging (W912EP19D0036); Weeks Marine, Inc. (W912EP19D0037). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP 1 - UNRESTRICTED DREDGING MATOC POOL. A Pre-Proposal Conference will be held on 5 August 2020 @ 10:00am, Local Time via teleconference.� The call-in number is: 877-336-1839, the Access Code is: 7686743, and the SECURITY CODE is: 1234.� It is requested that an email be sent to Dewayne.A.Sparks@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: This project will nourish eroded shoreline along Flagler County between Florida Department of Environmental Protection (FDEP) Range Monuments R-80 to the north and R-94 to the south. The fill template consisting of a dune and berm is located within the municipality of Flagler Beach. The dune has a crest elevation of +19.0 feet NAVD88 with a seaward slope of 1V:2.5H to tie into the berm.� The berm is 35 feet wide sloping 1V:35H from +11.0 NAVD88 down to +10.0 NAVD88 with a foreshore slope of 1V:10H to tie into existing grade. The construction template described above includes a +0.5-foot high tolerance allowance.� The sand for the project will be sourced from offshore Borrow Area 3A. Project work also includes, but is not limited to, vibration control and monitoring, environmental species monitoring, turbidity monitoring, dune vegetation planting, sign and post & rope installation, and sand fencing. Project Location: The project is located in Flagler Beach in Flagler County, Florida. NAICS Code 237990, size standard $30 million. Magnitude of construction is between $10,000,000.00 and $15,000,000.00. The solicitation will be issued on or about 22 July 2020 and proposals will be due on or about 24 August 2020. �The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The technical evaluation factors are availability of technically acceptable plant and equipment and past performance.� Solicitation will be issued in electronic format only and will be posted on the beta Sam.Gov website at https://beta.sam.gov/.� In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the beta Sam.Gov website at https://beta.sam.gov/.� If you are not registered, the Government is not responsible with providing you with notification of 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/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/124e92f48f0f4a6980c40056a13d35ab/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05746117-F 20200807/200805230155 (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.