Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOURCES SOUGHT

Z -- Broward County Segment III - Beach Renourishment Project

Notice Date
8/17/2018
 
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
W912EP18Z0021
 
Archive Date
9/15/2018
 
Point of Contact
Tonya M. Rogers, Phone: 9042321084, Timothy Humphery, Phone: (904) 232-1072Timothy Humphery
 
E-Mail Address
tonya.m.rogers@usace.army.mil, Timothy.G.Humphery@usace.army.mil
(tonya.m.rogers@usace.army.mil, Timothy.G.Humphery@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Broward County Segment III - Beach Renourishment Project. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of an Invitation for Bid (IFB) on or about October 12, 2018. No reimbursement will be made for any costs associated with providing information in response to this sources sought synopsis or any follow-up information requested. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community (Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Description of the Project: The Jacksonville District of the US Army Corps of Engineers is contemplating a renourishment project that consists of renourishing approximately 126,000 cubic yards of material. Project work will renourish 7.2 miles of critically eroded shoreline immediately south of Port Everglades Inlet in two placement areas. A 1.5 mile long segment between Florida Department of Environmental Protection (FDEP) Range Monuments R-86 to R-92, known locally as the Mitzel-Johnson State Park and 5.8 miles long segment R-98 to R-128 within the Cities of Dania, Hollywood, and Halendale. The width of the renourished area is controlled between the pre-project mean high water (MHW) shoreline and the Erosion Control Line (ECL). Because of extensive hard bottom areas offshore of the project, fill placed seaward of the MHW shall not occur. The sand source for the project will come from an upland source and will be truck hauled to the placement locations. The upland source will be selected by the Contractor meeting criteria required in the specifications and subject to Contracting officer's approval. Project work also includes endangered species and vibration monitoring. The Estimated Magnitude of construction is between $5,000,000 and $10,000,000. The estimated period of performance is 160 Calendar days from the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $36.5 million. 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, website, and email address. 2. Firm's interest in bidding on the solicitation as an invitation for bid (IFB) when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past (10) years). Firms should provide at least 3 examples which include, at a minimum, the following information: a. Brief description of the project b. Customer name c. Timeliness of performance d. Customer satisfaction e. Dollar value of the project 4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company NOTE; DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 31 August 2018 by 2:00PM Local Time. All responses under this Sources Sought Notice must be emailed to tonya.m.rogers@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP18Z0021/listing.html)
 
Record
SN05043635-W 20180819/180817231126-54ed0785729f048b7fa382c78242805a (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.