Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

Z -- C-51, Stormwater Treatment Area - 1 East, Culvert Repairs, Palm Beach County, Florida

Notice Date
7/22/2011
 
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
W912EP11R0026
 
Response Due
9/9/2011
 
Archive Date
11/8/2011
 
Point of Contact
TzeLeong Steven Chang, 904-232-1921
 
E-Mail Address
USACE District, Jacksonville
(tzeleong.s.chang@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
***AWARD OF A CONTRACT IS CONTENGENT UPON THE AVAILABILITY OF FUNDING. IF FUNDING IS NOT AVAILABLE TEN DAYS PRIOR TO THE PROPOSAL DUE DATE, THE SOLICITATION MAY BE POSTPONED*** THIS IS A BEST VALUE TRADE OFF, HUBZONE SET-ASIDE, INDEFINATE DELIVERY, INDEFINATE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC). It is the Government's intent to award at least two (2) contracts under this MATOC. MATOC DESCRIPTION OF WORK: This project includes work for modification of approximately 41 single-barrel, segmented box culverts to be dewatered and/or repaired. The existing joint sealant material would be removed and replaced with a multi-stage grout system. Stainless steel straps would be attached to the inside of the culvert segments to provide additional stability for the joints. Pressure grouting outside of the culverts will also be performed below the bottom of the barrel, and along the sides and top surface. Concrete outlet aprons and end walls will be constructed to prevent erosion and undercutting of the discharge end of the culverts. The existing riprap stone would also be removed and replaced with a new armor system that would include geotextile, bedding stone and riprap. Vent pipes would be installed through the top surface of the box segment closest to the gate / headwall structure. The Government will issue a "SEED" task order for proposal evaluation prior to the award of the MATOC. A Determination of Responsibility will also be required. In addition, price will be evaluated under the initial "SEED" task order described in the following paragraph. The award of the initial "SEED" task order will be made on the basis of best value trade off. INITIAL "SEED" TASK ORDER DESCRIPTION OF WORK: Project includes work at five culvert structures as follows: S-370 A, S-370 B, S-370 C; S-373 A and S-373 B. Work consists of design and construction of cofferdams, excavation of existing riprap and embankments, construction of L-shaped concrete aprons, foundation grouting, grouting around structures and repair of culvert joints, installation of stainless steel vents and support straps, as well as installation of riprap, turf reinforcement mat and sod. The Government may be providing plans and specifications for up to two subsequent task orders. The plans and specifications for the subsequent task orders will be provided to the pool of successful MATOC awardees at the time of award of the MATOC's. It is anticipated that the proposal receipt date for the subsequent task order(s) will be within 5 days of the MATOC award. Subsequent task order(s) will be awarded to the lowest price offeror amongst the pool of qualified contractors with the awarded MATOC. Maximum contract capacity is $45,000,000.00 for the entire group/pool of qualified contractors. The minimum guarantee is $2,500.00. Magnitude of construction for the "SEED" task order and anticipated subsequent task orders is between $1,000,000.00 and $5,000,000.00. The solicitation will be issued on or about 09 Aug 2011 with proposals due on or about 09 Sep 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. NAICS Code 237990, size standard $33.5 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP11R0026/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02507551-W 20110724/110723005325-dff11c1f19897b91ab3925fafe718cf4 (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.