Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

Y -- COMPREHENSIVE EVERGLADES RESTORATION PLAN; BISCAYNE BAY COASTAL WETLANDS; L-31E FLOW-WAY; CONTRACT 5A (A PHASE I PROJECT): PUMP STATION S-705; MIAMI-DADE COUNTY, FLORIDA

Notice Date
8/14/2020 12:49:23 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
W912EP20R0031
 
Response Due
9/14/2020 11:00:00 AM
 
Archive Date
11/30/2020
 
Point of Contact
Timothy G. Humphrey, Phone: 9042321072, Tedra Thompson, Phone: 9042321051
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil)
 
Description
SUBJECT:� Y1KB � Comprehensive Everglades Restoration Plan; Biscayne Bay Coastal Wetlands, L-31E Flow-way; Contract 5A (A Phase I Project): Pump Station S-705; Miami-Dade County, Florida SOLICITATION NUMBER:� W912EP20R0031 RESPONSE DATE:� 14 September 2020 CONTRACT SPECIALIST NAME & PHONE NUMBER:� Timothy Humphrey, (904) 232-1072 A Pre-Proposal Conference will be held on Wednesday, August 26, 2020 from 10:00am � 11:00am, Local Time via teleconference.� The call-in number is: 877-402-9753, the Access Code is: 6546236, and the SECURITY CODE is: 0031.� It is requested that an email be sent to Timothy.G.Humphrey@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: The BBCW Contract 5A covers the construction of Pump Station S-705.� The S-705 pump station has a capacity of 100 cfs and is located on the L-31E Canal at the intersection with the C-102. S-705 will pump water into an L-31E Canal segment, south of C-102 and north of Military Canal.� The water in this segment will flow, through culverts, into wetlands east of the L-31E Levee.� S-705 will also feature a 72-inch culvert with a slide gate to pass flows for internal drainage. The pump station will have manatee protective barriers, trash racks, and dewatering features, complete with stop logs.� The slide gate at S-705 will be operated by an electric-motor actuator.� Controls will be located in a stand-alone, precast concrete building adjacent to the pump station structure.� The pumps and gate will have remote operation capability. Construction activities include installation of precast concrete, H-piles, king piles, sheet piles, concrete piles, precast concrete, cast-in-place concrete, tremie concrete, flowable fill, an HDPE culvert, a slide gate, precast, concrete, control buildings, pumps, pump platform, pump station controls, electrical work, lighting, lightning protection, fencing, excavation, backfilling, stockpiling, clearing and grubbing, grading, placement of topsoil, sodding, limerock road topping, riprap and bedding stone, installation of stilling wells, stilling well platforms, staff gauges and floating barriers. Additional construction activities may include dewatering, and installation of cofferdams. In-water construction utilizing divers will be necessary, because of dewatering difficulty due to the local geology and high conductivity of the underlying limestone. Soil borings indicate the presence of hard limestone within the project area.� Excavation of limestone may require large excavator with rock bucket.� Materials for embankment and backfill construction can be obtained from offsite sources provided by the Contractor and approved by the Contracting Officer or the Contractor can process the excavated material to meet the classification of satisfactory material for embankment fill and or select fill at no additional cost to the Government.� 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. The performance period is approximately 675 calendar days after Notice to Proceed (NTP). The Request for Proposal (RFP) will be issued on or about 14 August 2020 and proposals will be due on or about 14 September 2020. NAICS Code 237990, size standard $39.5 million. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. THIS IS AN UNRESTRICTED ACQUISISTION.� ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. Solicitation will be issued in electronic format only and will be posted on the beta.Sam website at https://beta.sam.gov/.� In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the beta.Sam website at https://beta.sam.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 be eligible to receive an award from this solicitation.� For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9d20b37676844ec7bb9eaab8cb16a584/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05758539-F 20200816/200814230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.