Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

Y -- C44 Reservoir/STA Project Contract No. 1, Intake Canal/Project Access Road and C-133A & C133 Canals, Martin County, Florida.

Notice Date
2/8/2011
 
Notice Type
Presolicitation
 
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-R-0008
 
Response Due
4/12/2011
 
Archive Date
6/11/2011
 
Point of Contact
Veronica Taylor, 904-232-2107
 
E-Mail Address
USACE District, Jacksonville
(veronica.s.taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
C44 Reservoir/STA Project Contract No. 1, Intake Canal/Project Access Road and C-133A & C133 Canals, Martin County, Florida, is part of the Indian River Lagoon South (IRLS) restoration. This project is the first phase of three anticipated C-44 Reservoir/Stormwater Treatment Area Projects. The work for C-44 Contract No. 1 consists of the following elements: (1)Intake Canal - approximately 20,000 linear feet in length with a 60 ft bottom width for a majority of its extent (30 ft bottom width from Citrus Boulevard to the C-44 Canal) at an elevation of 3 ft NAVD88. Design conveyance capacity for the intake canal is approximately 1,300 cubic feet per second (cfs). The intake canal follows the alignment of the existing Troup Indiantown Water Control District (TIWCD) irrigation canal. Canal side slopes under the Citrus Boulevard Bridge will be comprised of a vertical sheet pile wall system. (2)Project Access Road - 24 ft wide paved road approximately 18,000 linear feet long and constructed along the east side of the intake canal. Swales, ditches, dry detention areas, and associated culverts/structures are included for water quality treatment and conveyance. Material referred to as "covered impacted soil" is shown on the Drawings in the area of the Project Access Road. Excavation or disturbance of this material is limited to a depth of 6 inches. (3)C-133A Canal and C-133 Canal south of Bar-B Ranch property - to maintain drainage service for the Bar-B Ranch property and properties to the north. The C-133 canal improvements will extend to the C-133 Canal Spillway and will include relocation of the access road for Bar-B Ranch. Two 84-inch diameter corrugated metal pipe (cmp) culverts in the existing C-133 canal will be removed by others during Contract 1construction before completion of the C-133 canal grading as shown on the Drawings. A maintenance road will be constructed on the east side of the C-133 canal. (4)C-133 Canal Spillway - spillway located within the C-133 Canal south of the Citrus Boulevard box culvert at the C-44 Canal. The spillway structure consists of two sharp-crested weirs. The crest of the upstream weir is at elevation 17 ft NAVD88 and the crest of the downstream weir at the C-44 Canal is elevation 12 ft. The spillway is designed for a normal operational flow of approximately 500 cfs. These spillways are the discharge point for the off-site areas located north of the Project. (5)C-133/CR726 Culvert - comprised of two (2) ten ft by six ft (10'x 6') box culverts constructed under Citrus Boulevard within the east drainage canal. Construction of temporary roadways and drainage facilities on the north side of Citrus Boulevard will occur to maintain vehicular use during construction of the box culvert. Upon completion, the box culvert will be owned and maintained by Martin County. (6)Intake Canal/CR726 Bridge and Roadway Improvements - include a new bridge spanning the intake canal (40 ft wide and 80 ft in length), roadway bridge approaches, turn lanes for the project access road, treatment areas, stabilized shoulders, paving, and striping upgrades. Upon completion, bridge and roadway improvements will be owned and maintained by Martin County. Construction of temporary roadways and drainage facilities on the north side of Citrus Boulevard will occur to maintain vehicular use during construction of the bridge. Proposal Requirements: Award will be made to the Offeror whose proposal represents the best value to the Government. Proposals will be evaluated based on technical merit, past performance, small business utilization, and price. An organized pre-proposal conference and site visit has been scheduled for March 15, 2011. The pre-proposal conference will be held at 10:00AM at Indian River State College: 3209 Virginia Avenue, Fort Pierce, FL. 34981. Direction to Site Visit meeting location from the Indian River State College: <<http://maps.google.com/maps?hl=en&um=1&ie=UTF-8&q=indian+river+college&fb=1&gl=us&hq=indian+river+college&cid=0,0,17546445528367555649&ei=nztMTeGWBYKB8gaWkfz9Dg&sa=X&oi=local_result&ct=image&resnum=2&ved=0CDIQnwIwAQ>>The site visit will be held after the pre-proposal conference at 1:00PM. The meeting location for the site visit will be provided by the contract administration office via telephone. Participants for the site visit should call Cecilia Muzi at (561) 472-3500 on or before March 14, 2011 to make arrangements. The magnitude of construction for this project is estimated to be between $25,000,000.00 and $100,000,000.00 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. The solicitation will be issued on or about 25 February 2011 with proposals due on or about 12 April 2011. Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR 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 notification of any changes to this solicitation. 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 Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. 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/W912EP-11-R-0008/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02375486-W 20110210/110209060307-26398c1d13509f56bff80d6106bcfe18 (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.