Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOURCES SOUGHT

Z -- C-111, Detention Area and Other Features (Contract 8)

Notice Date
3/28/2012
 
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
W912EP-12-Z-0004
 
Response Due
4/20/2012
 
Archive Date
6/19/2012
 
Point of Contact
Tedra Nicole Thompson, 904-232-2016
 
E-Mail Address
USACE District, Jacksonville
(tedra.n.thompson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation as responses to this synopsis will be used as a market research tool in order to identify small business firms for the purpose of determining how the upcoming solicitation will be advertised. This 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. If the Government does issue a solicitation, it will be assigned a Procurement Identification Number such as "W912EP-12-B-XXXX". The U.S. Army Corps of Engineers - South Atlantic Jacksonville District has been tasked with soliciting and awarding a project/procurement consisting of the construction of levees, adjustable weirs, degrading levees and a roadway crossing. The items to be constructed are: L-315 from the west side of S-332B North Detention Area (NDA) to the L-359, L-357W from north east corner of L-359 to L-357W, three 500 foot broad crested overflow weirs with a concrete block wall on L-316 (S-315A, S-315B, and S-315C), NDA earthen flowway berm (L-317) 500 feet from L-316, L-316 from east side of S-332 B NDA to L-359, three 500 foot broad crested overflow weirs with a concrete block wall on L-322 (S-317, S-320, and S-322), South Detention Area (SDA) earthen flowway berm (L-321) 500 feet from L-322, Road Crossing on 168th over L-357W (includes asphalt and guardrail), degrading a 500 foot area of L-323 on the North Diagonal, degrading a 500 foot are of L-323 on the South Diagonal, and degrading of the Northern portion and part of the western portion of the S-332B NDA. This work includes scraping the area under and between L-315 and L-316 to rock, creating the levees and capping the levees with one foot of L-31N spoil mound borrow area material. The project includes all work incidental to the construction of the above. The project is located in Miami-Dade County, between Richmond Drive and L-31W. Northern access is from Krome Avenue, west on Richmond Drive (SW 168th St.), and south down L-31N. Southern access is from Krome Avenue, west on Avocado Drive (S 296th St.), and south on 217th St to the C-113 Levee. The Magnitude of Construction is between $25,000,000.00 and $100,000,000.00. The proposed project will be a competitive, small business set-aside contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. ADDITIONAL INFORMATION FOR THE PROJECT 1. NAICS Code - 237990 2. SB Size Standard - $33.5 Million Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award of this project will be based on an Invitation For Bid. Anticipated solicitation issuance date is on or about 6 June 2012, and the estimated proposal due date will be on or about 10 July 2012. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. You must be registered in the Central Contractor Registration (CCR) to be eligible to receive an award from any Government solicitation. For additional information, please visit the CCR website at https://www.bpn.gov/ccr/. You must be registered in the Online Representations and Certifications Application (ORCA) to be eligible to receive an award from any Government solicitation. For additional information, please visit the ORCA website at https://orca.bpn.gov. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction and comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project) - provide at least 3 examples. 5. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business or 8(a). 6. Firm's Joint Venture information - if applicable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm's shall respond to this Sources Sought Synopsis no later than 4:00pm April 20, 2012. All interested firms must be registered in CCR and ORCA to be eligible for award of Government contracts. Mail, fax or email your response to Tedra N. Thompson, U.S. Army Corps of Engineers, Jacksonville District, Contracting Division, CESAJ-CT-C, 701 San Marco Blvd, Jacksonville, FL 32207. Fax: (904) 232-2749. Email: Tedra.N.Thompson@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSE TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-12-Z-0004/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02707721-W 20120330/120328235222-4d7d9b2448df93754ec2dccab95a88fb (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.