SOURCES SOUGHT
Y -- Comprehensive Everglades Restoration Plan, Indian River Lagoon - South C-23/24 Stormwater Treatment Area
- Notice Date
- 1/15/2021 1:58:56 PM
- Notice Type
- Sources Sought
- 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
- W912EP21Z0007
- Response Due
- 1/15/2021 11:00:00 AM
- Archive Date
- 01/30/2021
- Point of Contact
- Timothy G. Humphrey, Phone: (904) 232-1072, Tedra Thompson, Phone: (904) 232-1051
- E-Mail Address
-
Timothy.G.Humphrey@usace.army.mil, tedra.n.thompson@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, tedra.n.thompson@usace.army.mil)
- Description
- **Industry Day Save the Date has been Uploaded** Sources Sought Synopsis This announcement constitutes a Source Sought Synopsis.� This announcement seeks information from industry and will only be used for preliminary planning purposes.� 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 is issuing this sources sought synopsis as a means of conducting market research to gauge of interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. This requirement is for the potential fiscal year (FY) 2021 award of the construction of a stormwater treatment area in St. Lucie County as part of the Comprehensive Environmental Restoration Plan Indian River Lagoon South Project. There is no solicitation at this time. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed project will be a Firm Fixed Price (FFP) contract.� The Jacksonville Districts anticipates the issuance of a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information requested. All interested parties are invited to a Virtual Industry Day planned for the morning of January 26, 2021. The Industry Day, which will be conducted via Webex, will include discussion of the proposed solicitation, description of work, virtual tour of the construction footprint and features and small business partnering opportunities. Project Description: The work includes construction of a stormwater treatment area consisting of two contiguous cells (about 410 acres) west of County Road (CR) 613, and three contiguous cells (about 1,560 acres) east of CR 613. Cells are parallel, flowing west to east, and consist of about 17,690 feet of perimeter levee and about 3,950 feet of cell division levee west of CR 613, and about 34,240 feet of perimeter levee and 2 cell division levees of about 12,190 and 9,410 feet east of CR 613. Collection and distribution channels run along the east and west ends of each cell. Work includes construction of one 2-barrel ungated culvert structure (8 feet diameter culverts) under CR 613; one 3-barrel gated culvert structure (5 feet diameter culverts) under CR 609; five gated 8 feet x 6 feet box culverts for release into cells; two ungated 5 feet diameter culverts for boundary seepage return; four ungated 3 feet diameter culverts with weirs for runoff relief; two gated 8 feet x 6 feet box culverts for release from cells; six gated 5 feet diameter culverts with weirs for release from cells; and one gated 7 feet diameter sag culvert under the C-24 canal. Work includes construction of site access from CR 613 and modification of CR 609 and CR 613 roadway drainage (swales and detention features). There is South Florida Water Management District (SFWMD) owned property east of CR 613 and north of the contiguous cells that can be used for staging. Specific Project Challenges: The work will be divided into four phases including: (i) construction of the S-425 Gated Sag Culvert and site access from CR 613, (ii) construction of the Connection Canal connecting the North St. Lucie River Water Control District (NSLRWCD) C-70 canal to the NSLRWCD C-69 canal, (iii) construction of the two contiguous cells (about 410 acres) west of CR 613 including associated structures, and (iv) the construction of the three contiguous cells (about 1,560 acres) east of CR 613 including associated structures.� The Government intends to issue a separate Notice to Proceed (NTP) for each phase. Existing Florida Power & Light (FPL) service towers are approximately 100-ft from the sag culvert centerline on the STA side (east of the C-24 canal).� Experienced personnel will be required to avoid this existing infrastructure.� In addition, vehicle traffic access must be maintained for FPL to access the project site and existing infrastructure during construction.� The contractor must be able to provide as-builts of the finished work acceptable to the Government. The Estimated Magnitude of construction is between $100,000,000 and $150,000,000. The estimated period of performance is 1,825 calendar days from receipt of the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering 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: �Firm�s name, address, point of contact, phone number, website, and email address. �Firrm�s interest in submitting a proposal on the solicitation when advertised. 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 from the date of this Sources Sought.� Firm should provide at least two examples which, at a minimum, include the following: Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project Emphasis should be on projects that included similar earthwork requirements. � �� 4. � Firm shall identify their Small Business classification and Small Business Size. Small Business, Small Disadvantage Business 8(a) Small Business SDVOSB �WOSB �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. All responses to this Source Sought Synopsis will be evaluated and used in determining acquisition strategy. NOTE: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL 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 Synopsis by no later than January 15, 2021 at 2:00PM, EST. All responses under this Sources Sought shall be sent to Mr. Timothy.G.Humphrey via email at Timothy.G.Humphrey@usace.army.mil and Ms. Tedra Thompson at Tedra.N.Thompson@usace.army.mil.� Prior Government contract work is not required for submitting a response under this Sources Sought. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/38ed04e92c0c4993a725999138cf2dbf/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN05893866-F 20210117/210115230110 (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 |