SOURCES SOUGHT
Z -- SAN JUAN, PUERTO RICO RIO PUERTO NUEVO PROJECT SUPPLEMENTAL CONTRACT 2 ROOSEVELT AVENUE BRIDGE REPLACEMENT AND CHANNEL IMPROVEMENTS STA. 118+50 TO 123+50 BRIDGE NO. 005862 & 005872
- Notice Date
- 6/6/2022 8:54:23 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP22Z0032
- Response Due
- 1/27/2023 11:00:00 AM
- Point of Contact
- Timothy Humphery, Phone: 9042321072, Manuela Voicu, Phone: 9042321387
- E-Mail Address
-
Timothy.G.Humphery@usace.army.mil, manuela.d.voicu@usace.army.mil
(Timothy.G.Humphery@usace.army.mil, manuela.d.voicu@usace.army.mil)
- Description
- This announcement constitutes a Sources 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 Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2023 award of the aforementioned project. The purpose of this synopsis is 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. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of a Request for Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to said synopsis, and no follow-up information is requested. Description of the Project The work for the Rio Puerto Nuevo Supplemental Contract 2 includes replacing the existing Franklin Delano Roosevelt Avenue Bridge structures with a single structure. Also included is the widening and deepening of the existing Rio Piedras channel via two drilled shaft walls in the vicinity of the bridge for incorporation into a larger flood control project. The bridge replacement will include the construction of a temporary bridge structure and all necessary maintenance of traffic operations. Each wall, with exposed heights ranging from 24 feet to 31 feet, will be approximately 500 feet long and will be tied together with a cap beam. Construction of the walls will require temporary sheet piling to maintain a minimum flow area for bypass flows. Other work shall include potable water, drainage, telecommunications, electrical utility and facility relocations, demolition of existing structures, riprap scour protection, and the implementation of new stormwater inlets for drainage through the wall into the channel. The solicitation will be issued on or about 01 December 2022 and proposals will be due on or about 27 January 2023. The official synopsis citing the solicitation number will be issued on the System for Award Management (SAM) Contracting Opportunities Website: https://sam.gov. � The Estimated Magnitude of construction is between $50,000,000 and $100,000,000. The estimated period of performance is 1,760 calendar days after receipt of the Notice to Proceed, excluding final establishment of vegetation. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, and the Small Business Size Standard is $39.5 million. Firm�s response to this synopsis shall be limited to five (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 submitting a proposal in response to the forthcoming solicitation, which the government currently intends to issue as a Request for Proposal (RFP). 3. Firm�s ability to perform a contract of this magnitude and complexity (include firm�s ability to execute comparable work performed within the past five years). Firms should provide at least three examples which include, at a minimum, the following information: � � �A. Provide a brief description of previous projects which included: The ability to execute and/or manage construction projects of comparable complexity and magnitude in the installation of permanent bridges, temporary bridges and drilled shafts construction. The description of work related to the installation of bridges shall include substructure and superstructure construction and maintenance of traffic. The description of work related to the drilled shaft installation should include; use of temporary casing, installation of reinforcement, use of slurry and tremie concrete placement. As minimum, the Contractor shall include description or evidence of the successful completion of at least three separate foundation projects within the last five years with drilled shafts of similar size (diameter and depth).� The three separate foundation projects shall involve construction over water or marine environment. A brief description of each project and the owner�s name and current phone number shall be included for each project listed. � Experience working with care of the water during the construction, such as a dewatering system, temporary diversion dike or sheet piles, or restoration of the construction site due impacts of flood events. Experience re-grading the site and placing riprap underwater. Temporary traffic control to access the site during the construction activities. b. Customer�s name c. Timeliness of performance d. Customer satisfaction e. Dollar value of the project 4. Offeror shall identify their Small Business classification and Small Business Size _ Small Business _ Small Disadvantage Business _ 8(a) Small Business _ HUB Zone _ SDVOSB �_ WOSB 5. If significant subcontracting or teaming is anticipated to deliver technical ability, firms should address the structure of such arrangements to include Joint Venture information if applicable � existing and potential. 6. Firm�s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via a letter from the bonding company. NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO PARTICIPATE IN THE SOLICITATION OF THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-described work are invited to submit a response to this Sources Sought Synopsis no later than 06 July 2022 at 2:00 PM, EST. All responses to this Sources Sought Synopsis must be emailed to Mr. Timothy Humphrey via email at Timothy.G.Humphrey@usace.army.mil and Ms. Manuela Voicu at Manuela.D.Voicu@usace.army.mil. Prior government contract experience is not required for submitting a response to this Sources Sought Synopsis. Note: Interested parties must be registered in SAM to be eligible to receive an award from any government solicitation. To register, go to https://sam.gov. For additional information or assistance regarding SAM, visit the Federal Service Desk at https://www.fsd.gov or call 866-606-8220.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d91b5f460d7d42b9bbee540377ea5ed1/view)
- Place of Performance
- Address: San Juan, PR, USA
- Country: USA
- Country: USA
- Record
- SN06349102-F 20220608/220606230106 (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 |