Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2006 FBO #1861
SOLICITATION NOTICE

Z -- Shore Protection Project, Fort Pierce, Florida, Beach Renourishment 2007, St. Lucie County

Notice Date
12/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-07-B-0008
 
Response Due
2/28/2007
 
Archive Date
4/29/2007
 
Small Business Set-Aside
N/A
 
Description
The project work includes the placement of dredged material along the beach just south of Fort Pierce Inlet. This project has been done several times in the past. The project will include placement of fill from R-34 to R-41, however, environmental r estrictions require the work to be completed and the Contractor off the beach as follows: R-34 to R-37 - 30 May 07 and R-37 to R-41 - 15 May 07. In order to accomplish as much of the work as possible, the solicitation will be structured into two Alternat e Bids as follows: Alternate A - work consists of placing approximately 545,000 cubic yards on 6,560 feet (2 km) of beach just south of Ft. Pierce Inlet. The project will include placement of fill from R-34 to R-41. The berm width varies along the project at Elevation 10.6 m lw (Elevation +7.4 NAVD 88) and the construction slope of the fill is 1 vertical on 10 horizontal. The material for the project beach will come from an offshore borrow area 3.5 miles southeast of the project site which has been used on previous projects (C apron Shoal). The project must be completed and the Contractor shall be off the beach by 15 May 2007 for Area B (R-37 to R-41) and 30 May 2007 for Area A (R-34 to R-37). The Contractor shall set up just inside Ft. Pierce Inlet to pump material south. As in previous projects, there is no access from offshore to the beach. A staging area is available at a park near the jetty at Ft. Pierce Inlet. Work also includes turbidity monitoring and beach tilling. Alternate B - work consists of placing approximately 309,000 cubic yards on approximately 3,280 feet (1 km) of beach just south of Ft. Pierce Inlet. The project will include placement of fill from R-34 to R-37. The berm width varies along the project at El evation 10.6 mlw (Elevation +7.4 NAVD 88) and the construction slope of the fill is 1 vertical on 10 horizontal. The material for the project beach will come from an offshore borrow area 3.5 miles southeast of the project site which has been used on previo us projects (Capron Shoal). The project must be completed and the Contractor shall be off the beach by 30 May 2007. The Contractor shall set up just inside Ft. Pierce Inlet to pump material south. As in previous projects, there is no access from offshore t o the beach. A staging area is available at a park near the jetty at Ft. Pierce Inlet. Work also includes turbidity monitoring and beach tilling. NOTE: The Government intends to award a single contract from this solicitation for either Alternate A or Alternate B. The Government will evaluate all bids and award will be based upon the most advantageous bid submitted to the Government. The bid guara ntee amount shall be based on the contractors total bid for the highest priced alternate. Bidders will be required to submit prices on all line items on the bid schedule; failure to do so will render the bid non-responsive. Magnitude of construction is b etween $5,000,000.00 and $10,000,000.00 for Alternate A and between $1,000,000 and $5,000,000 for Alternate B. This solicitation will be issued on or after 16 January 2007 and open on or after 16 February 2007. THIS IS AN UNRESTRICTED ACQUISITION. COAST GUARD CERTIFICATION OF VESSELS IS REQUIRED IN ACCORDANCE WITH THE SEAGOING BARGE ACT. There will be a price preference for certified HUBZone small business concerns that comply with the requirements in the solicitation as stipulated in FAR 19.1307. Solic itation will be issued in electronic format only and will be posted on the Federal Technical Data Solutions (FedTeDS) website at https://www.fedteds.gov/. There is a VENDOR USER GUIDE available on the FedTeDS website. In order to receive notification of an y amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with no tification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all interested bidders must also REGISTER AS INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You also must be registered in Online Representations and Cert ifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. NAICS Code 237990, size standard $18.5 million.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN01204040-W 20061231/061229220501 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.