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 -- SHORE PROTECTION PROJECT, BEACH RENNOURISHMENT 2021, FT PIERCE, ST, LUCIE COUNTY, FLORIDA

Notice Date
8/14/2020 5:38:58 AM
 
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
GROUP1-18-R-J019
 
Response Due
9/20/2020 11:00:00 AM
 
Archive Date
10/30/2020
 
Point of Contact
DeWayne A. Sparks, Phone: 9042321626, Claurice M Dingle, Phone: 9042321387, Fax: 9042322748
 
E-Mail Address
dewayne.a.sparks@usace.army.mil, Claurice.M.Dingle@usace.army.mil
(dewayne.a.sparks@usace.army.mil, Claurice.M.Dingle@usace.army.mil)
 
Description
CHANGE-2: 8/14/2020 - Revising date for�Receipt of Proposals, see below �- the change will be ""BOLD""�and�opened and closed via 3 (***). CHANGE-1: 7/24/2020� Change to Pre-Proposal Conference date and time ""a new date and time will be forth coming"". NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP18R0029, GROUP 1 - UNRESTRICTED:� Callan Marine, Ltd. (W912EP19D0023); Cashman Dredging & Marine Contracting Co., LLC (W912EP19D0024); Cavache Inc. (W912EPD0025); Continental Heavy Civil Corp (CHC) (W912EP19D0026); Cottrell Contracting Corporation (W912EP19D0027); Great Lakes Dredge & Dock Company, LLC (W912EP19D0028); J.T. Cleary Inc. (W912EP19D0029); Manson Construction Co. (W912EP19D0030); Marinex Construction, Inc. (W912EP19D0031); Norfolk Dredging Company (W912EP19D0032); Orion Marine Construction, Inc. (W912EP19D0033); Southern Dredging Co., Inc. (W912EP19D0034); The Dutra Group (W912EP19D0035); Waterfront Property Services, LLC dba Gator Dredging (W912EP19D0036); Weeks Marine, Inc. (W912EP19D0037). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP 1 - UNRESTRICTED DREDGING MATOC POOL. Pre-Proposal Conference ""a new date and time will be forth coming"", Local Time via teleconference.� The call-in number is: 877-336-1839, the Access Code is: 7686743, and the SECURITY CODE is: 1234.� It is requested that an email be sent to Dewayne.A.Sparks@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: Project work consists of the base and one option.� The work includes constructing a beach berm between Florida Department of Environmental Protection (FDEP) Range Monuments R-34 to T-41 to an elevation +6.8 feet with a varying berm width. The Base of work consists of beach fill between Sta. 338+65 to Sta. 395+00 including an ADA compliant ramp. Option A consists of beach fill between Sta. 395+00 to Sta. 411+73. A permitted offshore borrow area for the project is located approximately 4 miles southeast of the project site. Due to the extensive hard ground areas located offshore of the fill template area, offshore pipeline access to the beach site is prohibited. The Contractor will operate the off-loading from inside the South Jetty of Fort Pierce Inlet, FL. Staging area and beach access to the project fill area is located at the end of Seaway Drive also near the south jetty offloading area. Project work also includes but is not limited to endangered species observers, sea turtle non-capture trawl sweeping, turbidity monitoring, beach tilling, and construction/vibration controls and monitoring. Project Location: The project is located in Ft. Pierce in St. Lucie County Florida The estimated period of performance for the required work is 130 calendar days after the Contractor receives the notice to proceed. NAICS Code 237990, size standard $30 million. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. ***The Solicitation will be issued on or about 21�August 2020 and proposals will be due on or about�20 September�2020.***� The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The technical evaluation factors are availability of technically acceptable plant and equipment and past performance. The Request for Proposal 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/e6086eff9d8c40fab315721e83d82997/view)
 
Place of Performance
Address: Alachua, FL, USA
Country: USA
 
Record
SN05758594-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.