Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
SOLICITATION NOTICE

Y -- C-111, Detention Area and Other Features (Contract 8A), South Dade County, FL

Notice Date
7/15/2016
 
Notice Type
Presolicitation
 
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-R-0027
 
Point of Contact
Claurice M. Dingle, Phone: 904-232-1387
 
E-Mail Address
claurice.m.dingle@usace.army.mil
(claurice.m.dingle@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
**********NOTE - THIS REQUIREMENT WAS ORIGINALLY ISSUED AS AN INVITATION FOR BID (IFB) UNDER SOLICITATION NUMBER W912EP-16-B-0008. THE PROCUREMENT METHOD FOR THIS AQUISITION HAS CHANGED AND NOW WILL BE ISSUED AS A REQUEST FOR PROPOSAL (RFP). THE RFP NUMBER IS W912EP-16-R-0027******** DESCRIPTION OF WORK: The C-111, Contract 8A project features consist of the construction of internal flowway berms with weirs, modification of an existing levee and concrete weir, and a levee section crossing with associated roadway improvements. Work also includes clearing, grubbing, stripping, scraping, grassing, and environmental monitoring. The items to be constructed are as follows: Flowway Berms A total of 5 flowway berm segments will be constructed for C-111, CNT 8A. All of the flowway berm segments will have a crest width of 10 feet with 1V to 3H side slopes and shall be constructed from processed cap rock material. The following describes each berm segment: Two Flowway Berms within the 8.5 Square Mile Detention Cell: L-360W, with a length of about 3,990 feet and at a crest elevation of 7.8' NAVD88. L-360E, with a length of about 3,845 feet and at a crest elevation of 7.8', NAVD88. Both flowway berm segments within the 8.5 square mile Detention Cell start southwest of the existing S-357 Pump Station outlet and end near the existing S-360W concrete weir structure. Two Flowway Berms within the South Detention Area are described as follows: The L-321N flowway berm segment is north of the existing S-332C Pump Station outlet. This flowway berm segment has a length of about 14,142 feet. The north end of the L-321N berm starts at elevation 9.3' NAVD88 and transitions to elevation 7.3' NAVD88. At the south end the elevation transitions from elevation 7.3' NAVD88 to elevation 8.8' NAVD88 when it ties into the L-322 levee. The L-321N flowway berm segment includes one 800 foot weir identified as S-321A. The L-321S flowway berm segment is south of the existing S-332C Pump Station outlet. This flowway berm segment has a length of about 13,343 feet. The north end of the L-312S berm starts at elevation is 8.8' NAVD88 and transitions to 7.3' NAVD88. At the south end the elevation 7.3' NAVD88 ties into the existing levee, just east of S-332DX1 gated culvert structure. The L-321S flowway berm segment includes two weirs. Each weir is 800 feet long and are identified as S-321B and S-321C. Weirs: There will be a total of three weirs along the flowway berm system as follows: The L-321N flowway berm in the South Detention Area (SDA) will have one 800 foot long weir identified as S-321A. The L-321S flowway berm in the SDA will have two 800 foot long weirs and are identified as S-321B and S-321C. The crest elevation of all four weirs will be 6.5' NAVD88 and the crest width will be 10 feet. The weirs will be constructed from processed cap rock material. S-360W Modification The existing S-360W concrete weir is located at the south end of the proposed L-360W and L-360E flowway berms in the 8.5 square mile detention cell. This concrete weir is located closer to the L-360E flowway berm. A 350 foot degraded section with 1V on 10H side slopes will be centered between the proposed flowway berms. This will require the partial removal of the existing concrete weir (S-360W) and the connecting levee on the west side of this weir. The degraded section will match adjacent ground elevation. All disturbed areas will be left with a compacted 6 inch layer of processed cap rock material to design grade. L-357W Richmond Dr. Extension: Construction will extend the existing L-357W levee to cross Richmond Drive (SW 168th St.), between SW 213th Ave. and SW 218th Ave. The length of this levee crossing is about 879 feet. A shell rock road ramp over the L-357W crossing and a shell rock cul-de-sac, east of the crossing, will also be constructed inclusive of drainage ditch modifications and installation of roadway signage. Three vehicular gates will be installed in this area. Two gates will be installed on the levee crest, one on each side of the shell rock road ramp and will have connecting guardrails along the slopes of the levee crossing. The third gate will be between the eastern side of the levee crossing and the shell rock cul-de-sac. Sections of the existing L-357W levee, located north and south of Richmond Drive, and the borrow source north of SW 136th Street and east of C-111 will be used for the construction of the levee crossing. Turnout and Turn-Arounds: There will be 6 turnouts and 5 turn-arounds along the flow-way berm systems. For the L-321N there will be 2 turnouts and 2 turn-arounds. For the L-321S there will be 2 turnouts and 2 turn-arounds. For the L-360E there will be 1 turnout and 1 turn-around. For the L-360W there will be 1 turnout. The project includes all work incidental to the construction of the aforementioned features and will have an estimated period of performance of 500 calendar days. The magnitude of construction is between $5,000,000.00 and $10,000,000.00. THIS ACQUISITION IS RESTRICTED TO SMALL BUSINESS. The procurement method for this acquisition has changed and will now be issued as an RFP. PROPOSAL REQUIREMENTS: AWARD WILL BE MADE TO THE OFFEROR WHO SUBMITS THE LOWEST PRICED, TECHNICALLY ACCEPTABLE (LPTA) PROPOSAL. PROPOSALS WILL BE EVAULATED BASED ON TECHNICAL ACCEPTABILITY (DEMONSTRATED EXPERIENCE AND PAST PERFORMANCE) AND PRICE. This solicitation will be issued on or about 19 July 2016 with proposals due on or about 18 August 2016. 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 System for Award Management (SAM) in order to receive an award from this solicitation. The SAM website can be located at https://www.sam.gov. NAICS Code 237990, size standard $36.5 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-16-R-0027/listing.html)
 
Place of Performance
Address: Miami, Florida, United States
 
Record
SN04184410-W 20160717/160715234425-573d79dde61e727ac2352680b8565e17 (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.