Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2011 FBO #3599
AWARD

Z -- Herbert Hoover Dike Rehabilitation Project, Culvert 11 and 16 Replacement, Martin and Palm Beach County, Florida

Notice Date
9/30/2011
 
Notice Type
Award Notice
 
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
W912EP11R0036
 
Archive Date
10/30/2011
 
Point of Contact
Beau Corbett, 904-232-1388
 
E-Mail Address
USACE District, Jacksonville
(beau.corbett@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912EP-11-C-0041
 
Award Date
9/29/2011
 
Awardee
HARRY PEPPER & ASSOCIATES, INC. (009821422) <br> 9000 REGENCY SQUARE BLVD<br> JACKSONVILLE, FL 32211-8115
 
Award Amount
$42,228,296.66
 
Line Number
0001 thru 0048 (Option 1 & 2)
 
Description
The work includes demolition of existing Culverts 11 and 16, placing lengths of cutoff wall to close the existing gaps in the existing cutoff wall at the culvert locations, placement of new cast-in-place concrete culvert structures with gates and control systems at the same locations, and restoring the embankment. The cutoff wall at Culvert 11 must be completed and accepted within 18 months of Notice to Proceed. The work includes construction of cofferdams, dewatering, rewatering upon completion for the new culvert structures, and removal of the cofferdams. Culvert 11 will include a combination driven pile/earthen cofferdam on the lakeside and a driven pile cofferdam on the lakeside. Culvert 16 will include an earthen cofferdam on the lakeside and a driven pile cofferdam on the landside. Construction access will be provided by utilizing the crest of Herbert Hoover Dike (HHD) at Port Mayaca, and driving south. After removal of the lakeside cofferdams, new groins will be constructed and new rip-rap installed at the culvert locations. Option 1: The work includes emergency protection measures. The need for additional flood control protection is if a storm event during construction causes unsafe or high risk conditions. Option 2: Construction of a widened access road and temporary ramp along the landside slope of HHD will be required to bypass other construction activities in this area. Maintenance of the temporary ramp is the responsibility of the contractor for the duration of the contract. The temporary ramp will be removed and the embankment restored to the existing condition upon construction completion. The portion of the shared access road between the temporary ramp and SR 76 shall be overlayed with asphalt as shown in the contract drawings upon completion of construction (includes repairs in the access road as necessary prepare the surface to receive prime/tack coat and accept asphalt overlay.) Option 3: The work includes installing cutoff wall to close the existing gap in the existing cutoff wall at the Culvert 14 location. Construction access will be the crest of HHD at Port Mayaca, and driving south. The Period of Performance is 1,020 days after NTP plus 90 days for grass establishment. Magnitude of construction is between $25,000,000.00 and $100,000,000.00. Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated on Technical Merit, Past Performance, Small Business Participation and Price. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. 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. The solicitation will be issued on or about 14 July 2011 with proposals due on or about 16 August 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/Awards/W912EP-11-C-0041.html)
 
Record
SN02599182-W 20111002/110930235358-4f84be87cf58e3bb766dd2eefb7db4b3 (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.