SOURCES SOUGHT
F -- COMPREHENSIVE EVERGLADES RESTORATION PLAN: INDIAN RIVER LAGOON - SOUTH C-44 SEEPAGE MANAGEMENT FEATURE
- Notice Date
- 6/20/2024 7:59:11 AM
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP24Z0020
- Response Due
- 7/22/2024 11:00:00 AM
- Archive Date
- 08/06/2024
- Point of Contact
- Rasheedah Sneeze, Phone: 9042321432, Martha Sequeira, Phone: 9042321792
- E-Mail Address
-
Rasheedah.S.Sneeze@usace.army.mil, martha.g.sequeira@usace.army.mil
(Rasheedah.S.Sneeze@usace.army.mil, martha.g.sequeira@usace.army.mil)
- Description
- 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 Jacksonville District of the U.S. Army Corps of Engineers seeks interest from prospective offerors for a potential fiscal year (FY) 2025 award of the aforementioned project. The purpose of this synopsis is to gauge the interest, capabilities, and qualification 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. There is no solicitation at this time. This notice, which requests information pertaining to contractor capabilities, does not constitute a request for proposal and response to this notice is purely voluntary. The Jacksonville District anticipates the issuance of a Request for Proposal (RFP) and the proposed project will be awarded as Firm Fixed Price (FFP) contract. No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. Project Description: The work is located on approximately 12,000 acres of land in Martin County, Florida directly north of Citrus Boulevard and the C-44 Canal (also known as the St. Lucie Canal), halfway between Lake Okeechobee and the Atlantic Ocean. For purposes of this construction contract, the anticipated location of site activities will occur throughout the current C-44 Reservoir site adjacent to the perimeter canal. The wells will be constructed by typical means of water well construction and typical of USACE relief well construction, as prescribed in EM 1110-2-1914 Design, Construction and Maintenance of Relief Wells. The site where the relief wells will be constructed is relatively flat, transitioning to a canal having a 3:1 slope. The relief well is situated approximately 35 feet from the canal water level and the groundwater level varies with reservoir stage and is generally higher than the canal water level.� The work generally consists of: Construction of approximately 30 pre-designed relief wells issued with the contract and at the prescribed locations. For relief wells not pre-designed by the government: Performing pilot holes that consist of sampling (standard penetration test) and testing (gradation analysis) and providing the results to the government at the prescribed locations and intervals. The government will analyze the sampling and testing results and provide final construction details for each contract-designed relief well. � Construction of contract designed relief wells at the prescribed pilot holes, utilizing the same materials prescribed for the pre-designed relief wells. Documenting the construction, development, and pump testing of all wells. Well construction will require managing borehole wall stability in artesian conditions for a variety of subsurface conditions that may consist of surficial clayey and silty sands, very loose uniform fine sands, dense sands having varying degrees of cementation, limestone/sandstone, and sand to cobble size shells. � Specific Project Challenges: The work includes construction of up to 260 relief wells up to 80 ft. deep. The relief well will have a 10-inch diameter stainless steel riser and high flow screen, constructed in 24-inch diameter borehole. The anulus between the borehole and riser backfilled with a uniform and non-calcareous filter media commonly used in the water well industry and selected for compatibility with the encountered subsurface materials. Above the screen and filter media, the borehole will be sealed with bentonite and grout. All backfill materials will be placed by tremie method. The work also includes the construction of surface protection, access, and discharge features for each relief well. The surface and protection feature will be approximately 4 foot in diameter and will consist of a standard Florida Department of Transportation Manhole or a large diameter steel pipe casing. The discharge features will consist of a 12-to-24-inch pipe connected to the surface protection and access feature that will terminate at the canal water level within a concrete headwall and/or riprap. ��� In accordance with DFARS 236.204, the estimated magnitude of construction is between $10,000,000 - $25,000,000. The subject project has a total estimated period of performance of 365 calendar days from the date of Notice to Proceed. The contractor shall commence work within 60 calendar days of receipt of the Notice to Proceed (NTP).� Said completion time is inclusive of commencement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237110, Water Well Pump and Well Piping System Installation. The Small Business Size Standard for this project is $45.0 million. Each firm�s submission shall be limited to 8 pages and shall include the following information and as well as responses to the provided questions: 1.� Firm�s name, address, point of contact, phone number, website,Unique Entity ID (UEI),� and email address. 2.� Firm�s interest in submitting a proposal on the solicitation when advertised. 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 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 well construction and testing requirements. 4.� Firm�s responses to the Technical Questions within this Sources Sought Synopsis. 5.� 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.� 6. 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. 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 8.�Firm�s responses to the following technical questions: Have you constructed any relief wells of this size in central or south Florida? Have you constructed any 8-to-12-inch diameter wells in central or south Florida? Have you constructed any wells for USACE, or any other state or federal agency for the purpose of relieving excess groundwater pressure? � Do you have the capability for multiple drill crews to perform the estimated number of wells within the period of performance? Do you anticipate problems with the construction? How do you plan to manage artesian conditions? Do you have experience utilizing reverse rotary (reverse circulation) drilling? What capabilities do you have for drilling a 20-to-24-inch diameter boreholes and how many drill rigs do you have at your disposal to achieve this diameter? What capabilities do you have for managing borehole spoil material? Do you anticipate supply chain issues? How do you plan to stage construction? How will you adequately supply labor for the project? How do you believe your experience would allow you to successfully complete this work? Please be advised that the contractor must be able to perform acceptable contract administration, quality control, testing, and manage data necessary to complete the construction and provide accurate as-builts of the finished work to the Government. All responses to this Source Sought Synopsis will be evaluated and used in determining acquisition strategy. NOTES: 1. DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT. 2. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the work associated with the subject requirement, are invited to submit a response to this Sources Sought Notice no later than 22 July 2024 at 2:00PM, EST. All responses under this Sources Sought Notice shall be sent to�Ms.Rasheedah Sneeze at Rasheedah.S.Sneeze@usace.army.mil and Mrs.Martha Sequiera via email at Martha.G.Sequeira@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis.� You must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government solicitation.� 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://sam.gov/opp/e9f77ab24fd44a6bb6b487089a99e381/view)
- Place of Performance
- Address: Indiantown, FL 34956, USA
- Zip Code: 34956
- Country: USA
- Zip Code: 34956
- Record
- SN07103456-F 20240622/240620230115 (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 |