Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOURCES SOUGHT

Y -- Herbert Hoover Dike Rehabilitation, Reach 1, Cutoff Wall Gap Closure Palm Beach County, Florida

Notice Date
2/26/2016
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-16-Z-0009
 
Archive Date
4/12/2016
 
Point of Contact
Tedra N. Thompson, Phone: 9042322016, Katrina L. Denson, Phone: 904-232-1143
 
E-Mail Address
tedra.n.thompson@usace.army.mil, katrina.l.denson@usace.army.mil
(tedra.n.thompson@usace.army.mil, katrina.l.denson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS W912EP-16-Z-0009 Herbert Hoover Dike Rehabilitation, Reach 1, Cutoff Wall Gap Closure Palm Beach 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) 2016 award of the aforementioned project. The purpose of this synopsis is to gauge interest, capabilities and qualifications of various members of the Small Business Community: Small Business, Small Disadvantaged Business (SDB), Small Business Association (SBA) Certified 8(a) Small Business, Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition amongst the potential pool of responsible contractors. **Additionally, we are conducting market research for subcontracting goals. If you are unable to meet the requirements of the synopsis as a prime contract but have the ability to perform as a potential subcontractor, please submit this information as well.** The proposed project will be a competitive, Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of a Request For Proposal (RFP). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The Herbert Hoover Dike Cutoff Wall Gap Closure project is comprised of closing the gaps at existing structures S-308, S-352, S-351, S-2 and the Torry Island Bridge. The closure of the gaps is consistent with the 2000 MRR and the ongoing Dam Safety Modification Study. It is anticipated that conventional panel cutoff wall similar to the existing Reach 1 cutoff wall will be constructed across the majority of the open gap. This method of cutoff wall will be constructed by mixing the insitu soil with bentonite and cement to construct a panel of low permeability and low strength. At areas where a conventional panel wall cannot be constructed due to limited real estate, jet grout will be used. It is anticipated that the jet grout will be limited to less than 25 feet in length with a depth not deeper than the existing structure when constructing adjacent to a structure or existing Reach 1 panel wall. The jet grout will produce soil, cement and bentonite columns of low permeability and low strength. The jet grout method utilizes a high velocity stream of cement and bentonite slurry to erode the in-situ soils and to mix them thoroughly with the slurry. During the jet grout process, the overall fluid pressure is maintained at hydro-static pressure levels by maintaining an open borehole with continuous fluid return to the ground surface. This condition is required to prevent excess grout pressure build-up within the embankment. The columns would be placed in a line or geometric pattern that would produce a wall of the desired minimum thickness. The column diameters are expected to be in the range of 4 to 5 feet and will be placed in an overlapping or secant pile configuration to ensure that there will be no gaps in the completed wall section. The jet grout method is well-suited to making intimate contact with the existing structure walls or existing utility lines so that all seepage paths within the limits of the wall would be closed. Be advised, the final design has not been completed and may vary from the description identified above. NOTE: The project includes all work incidental to the construction of the aforementioned features and will have an estimated period of performance of 210 calendar days for construction and 90 calendar days for grass establishment. Responses to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Company 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 and/or manage construction projects of comparable scope, complexity and magnitude b. Customer name c. Timeliness of performance d. Dollar value of projects completed within the past 3-5 years (provide at least 3 examples. 3. Company shall identify their Small Business classification and Small Business Size Standard _ Small Business _ SDB _ 8(a) Small Business _ HUB Zone _ SDVOSB _ WOSB 4. Joint Venture information if applicable 5. A letter of current bonding capacity ($10,000,000.00 or higher) 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 2:00 pm, EST on 28 March 2016 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 $10,000,000 - $20,000,000.00. *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. The official Synopsis citing the solicitation number will be issued on the Federal Business Opportunities website, www.fbo.gov on or about July 6, 2016 while we anticipated the issuance of the solicitation on or about July 22, 2016. 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-16-Z-0009/listing.html)
 
Record
SN04032465-W 20160228/160226234316-3fca038452e7038044d905ee66448656 (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.