Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOURCES SOUGHT

Y -- Kissimmee River Restoration Project Structure S-65EX1 Gated Spillway Okeechobee and Highlands Counties, Florida

Notice Date
3/20/2012
 
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
W912EP12Z0005
 
Response Due
4/19/2012
 
Archive Date
6/18/2012
 
Point of Contact
Carol A. Williams, 904-232-2127
 
E-Mail Address
USACE District, Jacksonville
(carol.a.williams@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, Service Disabled Veteran-Owned Small Business (SDVOSB), and small business firms for the purpose of determining how the solicitation will be advertised. We are seeking SBA Certified 8(a) Firms, HubZone, 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. The proposal project will be a competitive firm fixed price contract. The information gained from response to this synopsis will be used to determine the type of solicitation to be issued. The Project Description for the Kissimmee River Restoration Project for structure 65EX1 spillway includes the following: construction of a 3-bay concrete ogee weir spillway with steel sheet pile wingwalls, installation of a steel sheet pile dewatering cofferdam, turbidity monitoring, installation of temporary and permanent access roads, site work, channel excavation, fabrication and installation of three stainless steel vertical lift gates, installation of a precast concrete control building and installation of a telemetry system. Specific work features includes the following: 1. Turbidity Monitoring - obtaining, analyzing, and reporting the results of monitoring for turbidity. 2. Groundwater Control - includes the groundwater control system, which may have sand drains, well points, relief wells and piping, permitting and preparation of a groundwater control work plan. 3. Temporary Access Road - includes paving and furnishing and installing temporary guardrails. 4. Site Work - includes erosion control, clearing and grubbing, excavation, stockpiling, fill, paving, seeding, sodding and furnishing and installing guardrail, safety barriers, warning signs, staff gages, and stilling wells. 5. Structure 65EX1 - includes construction of the reinforced concrete structure and fabrication and installation of gate hoist frames. 6. Vertical Lift Gates - includes fabrication and installation of three stainless steel vertical lift gates. 7. Steel Sheet Pile - includes furnishing and installing steel sheet pile wingwalls. 8. Control Building - includes furnishing and installing the precast concrete building with doors, louvers and generator exhaust duct. 9. Mechanical - includes furnishing and installing hoists, hoist support, covers and hoist assemblies for three vertical lift gates, furnishing and installing the LP gas tank with piping and installing fans for the control building. 10. Electrical - includes furnishing and installing wiring, conduit, conductors, lighting, electrical panels, grounding system, antenna, and gate position instrument. 11. Riprap Stone - includes furnishing and installing geotextile filter, bedding stone, and riprap stone. 12. Onan Generator - includes furnishing and installing a Cummings Onan 35-kW standby generator. 13. Polymeric Marine Mattress - includes furnishing and installing the marine mattress system. The Magnitude of Construction is between $15,000,000.00 and $25,000,000.00. 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) that the company has the capability to provide bonding up to $20 million. Receipt of potential offerors SOC shall be no later than 19 April 2012 by 4:00 pm. Responses to this sources sought may be faxed, to the attention of Carol A. Williams 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 carol.a.williams@usace.army.mil. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Anticipated solicitation issuance date is on or around 18 June 2012. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov on or around 16 May 2012 You must be registered in the Central Contractor Registration in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 237990 and the Small Business size standard is $33.5 million. Contracting Office Address: US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019 Place of Performance: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL 32232-0019 US Point of Contact(s): Carol A. Williams, (904) 232-2127
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP12Z0005/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02701160-W 20120322/120320235901-3f52a3cb7d7b8a9c55ae71ca5501ad1f (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.