Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

Y -- Picayune Strand Restoration Project, Faka Union Pumping Station, Collier County, Florida

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP10R0038
 
Response Due
12/31/2010
 
Archive Date
3/1/2011
 
Point of Contact
Pamela Shirley, 904-232-1992
 
E-Mail Address
USACE District, Jacksonville
(pamela.j.shirley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Picayune Strand Restoration Project, Faka Union Pump Station, Levees, Canals and Roads (referred to Project), is part of the Comprehensive Everglades Restoration Plan (CERP). The Project will help to restore the area known formerly as the Southern Golden Gate Estates to its pre-drainage hydrology and ecology, generating positive effects on the hydrology, vegetation and wildlife of the Project area and surrounding public lands. The Project consists of a pump station, tie-back levees, spreader berms and canal plugs which will slow water flowing through existing canals and redistribute it across the landscape. The construction of the Pump Station, which shall have 3-100 cfs pumps and 6-470 cfs pumps, for a firm capacity of 2,650 cfs and 9 bays, includes the following: a. Mechanical equipment to be provided and installed by the Contractor will include, but not be limited to, diesel engine and electric motor driven pumps, traveling trash rakes, bridge cranes, standby diesel generators, vacuum priming systems, HVAC equipment, cooling water pumps, fresh water pumps, water treatment equipment, lubricating water equipment, potable water equipment, and other miscellaneous mechanical equipment. b. Electrical and Instrumentation equipment to be provided and installed by Contractor will include, but not be limited to, station power distribution systems, station switchgear, motor control centers, local and station programmable logic controllers to control and monitor all ancillary mechanical equipment, grounding cable system, lighting, Control Room Operator Work Station with monitoring and control computers, uninterrupted power service equipment, remote terminal unit system, all supporting switches, wiring, conduits, junction boxes, etc. to interconnect with equipment for control and monitoring. c. The Contractor shall furnish and install a transformer pad and the primary conduit per Florida Power and Light (FPL) requirements. The Contractor shall install the primary conduits provided by FPL that run from the FPL termination pole to the new primary transformer. The Contractor shall furnish and install the secondary 480 v building service conduits and cables and terminate both ends of the service cables. FPL shall provide and install the primary transformer, the termination pole, and the primary cables. The Contractor shall furnish and install an 80 foot radio antenna tower. The Contractor shall furnish and install an electrical conduit from the control room to the radio antenna towers. The Contractor shall provide and install the antennas and Remote Terminal Units at the pump station. d. Construction of the station will include, but not be limited to, excavation, station substructure, backfill, fully enclosed buildings for the equipment, access bridges, fuel storage areas with containment and all associated equipment, sanitary facility, approach and discharge canals, retaining walls, trash racks, and related civil works. e. The Work will also include, but not be limited to, the pumping stations' approach and discharge canals. f. Contractor shall be responsible for operating and maintaining the existing construction access roads, existing construction trailer area infrastructure including sanitary, waste removal, mowing, asphalt repair, and site drainage consisting of small ditches, culverts and pumps, and providing overall security for the construction trailer area. g. Contractor shall construct tie-back levees, spreader berms and canal plugs. h. Contractor shall remove existing roads. Road degradation shall include vegetation removal and disposal, including burning, subject to permit requirements. i. Contractor shall be allowed access through existing I-75 temporary access, subject to provisions by the operating contractor for the Merritt Pump Station. Contractor shall provide temporary access closure upon completion of the project, according to the plans and applicable permits. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposal will be evaluated on Technical Merit, Past Performance, Small Business Participation, and Price. Performance period is approximately 1,286 days, including final establishment of grass after seeding. Magnitude of construction is between $25,000,000 and $100,000,000. Solicitation will be issued on or about 08 July 2010 and will close on or about 23 August 2010. THIS IS AN UNRESTRICTED ACQUISITION. 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. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) Acquisition Business Website at https://acquisition.army.mil/. Interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizops.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holder List, all interested offeror must also REGISTER AS INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbisopps.gov/. You must be registered in the Central Contractor Registration in order to be eligible to receive an award for this solicitation. Please call 1-888-227-2423 for more information. Also, you must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive and award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov/. NOTE: This project will be incrementally funded in accordance with DFARS 252.232-7007 and the project will be completed in two phases. The NAICS Code is 237990 and the size standard is $33.5 Million Dollars.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP10R0038/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02185963-W 20100625/100623235040-059e9196c25633e27901de902c9597e0 (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.