Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2015 FBO #4817
SOURCES SOUGHT

Y -- Central and Southern Florida Project for Flood Control and Other Purposes, C-111, Detention Area and Other Features (Contract 8), Miami-Dade County, Florida

Notice Date
1/30/2015
 
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-15-Z-0006
 
Response Due
2/17/2015
 
Archive Date
3/31/2015
 
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
Central and Southern Florida Project for Flood Control and Other Purposes, C-111, Detention Area and Other Features (Contract 8), Miami-Dade County, Florida This is announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry and will ONLY be used for preliminary planning purposes. 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. The Jacksonville District of the U.S. Army Corps of Engineers has been tasked to solicit the interest of prospective offeror(s) for a potential fiscal year (FY) 2015 award of the aforementioned project. The purpose of this synopsis is to gauge of interest, capabilities and qualifications of various members of the Small Business Community: Small Business, Small Business Association (SBA) Certified 8(a) Small Business, Historically Underutilized Business Zone (HUBZone) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The proposed project will be a Firm Fixed Price (FFP) contract, and, as prescribed in UAI 52.232-5001, will be incrementally funded. The type of solicitation to be issued is an Invitation For Bid (IFB). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. 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 C-111, Contract 8 project features consists of the construction of levees, articulated concrete block matt (ACBM) weirs, flowway berms, degrading an existing levee and demolition of existing structures and replacing with levee segments. The items to be constructed are multiple levees, eight 500 foot broad crested ACBM overflow weirs, two earthen flowway berms, degrading of an existing levee and demolition of two structures. All levee fill material will be generated by scraping the surficial soils along with material from the degraded levee. Up to a maximum of 10 percent organic content will be allowed for the levee fill material. The levee will be capped with material, having a maximum allowed organic content of 5 percent. The project includes all work incidental to the construction of the aforementioned features and will have an estimated period of performance of 491calendar days. Responses to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Offeror name, address, point of contact, phone number and e-mail address 2. Provide a brief description of the project to include: a. Capability to execute construction projects comparable complexity and magnitude b. Customer name c. Timeliness of performance d. Dollar value of projects completed within the past 5 years (provide at least 3 examples. 3. Offeror shall identify their Small Business classification and Small Business Size Standard _ Small Business _ 8(a) Small Business _ HUB Zone _ SDVOSB 4. Joint Venture information if applicable 5. A letter of current bonding capacity (up to $25,000,000.00) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. Responses to this Sources Sought Synopsis must be received no later than 3:00 pm, EST on 17 February 2015 and shall be sent to Ms. Tedra N. Thompson via email at Tedra.N.Thompson@usace.army.mil; or sent via mail to the attention of Tedra N. Thompson: 701 San Marco Blvd., Jacksonville, FL 32207. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code 237990 and the Small Business Size Standard is $36.5 million. The anticipated magnitude of construction is $15,000,000 - $25,000,000.00. *Per FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Anticipated solicitation issuance date is on or around June 1, 2015. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov on or around May 15, 2015. Please Note: Prior Government contract work is not required for submitting a response under this sources sought synopsis. All interested firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-15-Z-0006/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN03629353-W 20150201/150130234701-099670913b9d62fffbf14b5b1561c4ae (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.