Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2010 FBO #3323
SOURCES SOUGHT

Y -- Kissimmee River Restoration Project, S-69 Weir, Okeechobee and Highlands Counties, Florida

Notice Date
12/28/2010
 
Notice Type
Sources Sought
 
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
W912EP-11-Z-0002
 
Response Due
1/27/2011
 
Archive Date
3/28/2011
 
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
THIS IS A REQUEST FOR INFORMATION ONLY. This Announcement constitutes a Sources Sought Synopsis. This is not a Request for Proposal and will be used to identify SBA Certified 8(a), HubZone and Service Disabled Veteran-Owned Small Business (SDVOSB) firms for the purpose of determining how the solicitation will be advertised. We are seeking SBA Certified 8(a) Firms, HubZone, and Service Disabled Veteran-Owned Small Business Firms. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. NOTE: IF YOU DO NOT INTEND TO SUBMIT A BID ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If we do not receive an adequate number of qualified respondents (i.e. two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project. The Project Description for the Kissimmee River Restoration Project S-69 Weir includes the following: design and construction of a steel sheet pile U-shaped Weir, earthen tie-back levees, concrete apron /access road, levee erosion armoring, channel backfill, site grading and incidental related work that will be depicted on preliminary drawings. The S-69 U-Shaped Weir Project will backfill the C-38 canal just above the CSX Railroad Bridge in order to redirect flow into the historic Kissimmee River channel and rehydrate the upstream floodplain. Because the historic river channel has a much lower flow capacity than the C-38 canal, a passive water control structure will be needed in order to alleviate flooding onto lands outside the Kissimmee River boundaries that are not owned by the South Florida Water Management District. This control structure will be constructed at the downstream terminus of the C-38 backfill and will be a steel sheet pile weir which will be roughly 3'-0" above the existing local grade elevation. During storm events, the weir will spill floodwater into the remaining portion of the C-38 canal downstream of the weir. The weir has been located at a safe distance upstream of the existing CSX Railroad Bridge in order to avoid potential scour of its bridge piers. In order to close the system and create the flood plain, earth tie-back levees will be provided between the downstream ends of the weir and the railroad embankment. A 14' wide unpaved road will be constructed along the crest of the levees on both banks of the river for maintenance egress. The access roads above the levees will be connected by a 16' wide concrete apron on the downstream side of the weir that will serve as both a roadway and erosion control. Design Requirements: The US Army Corps of Engineers has performed preliminary design of the weir in order to locate the structures and permit the project. The Contractor will need to complete the design of the weir and construct the project based on this design. The remaining design work includes, generating civil plans of the levees and earthwork, performing stability, seepage, and soil bearing analysis of the levees, design of erosion armoring, design of the steel sheet pile weir, design of the maintenance roadway, and mitigating settlement for the portion of the weir crossing the backfilled canal. All construction documents shall be signed sealed by professional engineers registered in the State of Florida. The contractors engineers will need to participate in the intermediate and final reviews and address all comments prior to the contractor receiving notice to proceed with construction. Construction Requirements: The scope of work includes backfilling the C-38 canal by degrading spoil mounds remaining from the canal excavation. These mounds are located on the west bank of the C-38 canal. The weir will be approximately 1900 linear feet of cantilevered steel sheet pile retaining wall with a 16 foot wide concrete apron/maintenance road on its downstream face. In order to provide uniform circulation and flow of water over the weir, shallow equalization channels will be excavated immediately upstream of the east and west legs of the weir. Roughly 1000 linear feet of earthen levees will be provided between the ends of the weir and the CSX railroad embankment on each bank in order to close the system and create the flood plain. The transition between the weir and levees will require armoring in order to prevent local erosion. Access roads will be constructed above the levees with ramps transitioning to adjacent grade. Upstream and downstream safety barriers will also be in the scope of work. The Magnitude of Construction is between $5,000,000.00 and $10,000,000.00. Please provide a Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work. This SOC should be a brief description of your company's capabilities. The potential bidders should provide brief references of relevant work they have performed and the magnitude of construction. Also, interested contractors must include bonding information (on the bonding company letterhead) accompanied by a valid power of attorney that the company has the capability to provide bonding up to $10 million. Receipt of potential offerors SOC shall be no later than thirty (30) calendar days from the date of this notice by 4:00 pm. Responses to this sources sought may be faxed, to the attention of Pamela Shirley at (904) 232-2748, mailed to U.S. Army Corps of Engineers, Contracting Division, 701 San Marco Blvd., Jacksonville, Florida 32202; or sent via email to Pamela.j.shirley@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-11-Z-0002/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02351588-W 20101230/101228234001-34d8d1be3507d7b8fdabb66ed1504eb1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.