Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

99 -- County Road 720 Milling and Resurfacing, St. Lucie County, Florida

Notice Date
5/19/2022 10:21:57 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP22Z0030
 
Response Due
6/18/2022 11:00:00 AM
 
Point of Contact
James T. Tracy, Phone: 9042322107, DeWayne A. Sparks, Phone: 9042321626
 
E-Mail Address
james.t.tracy@usace.army.mil, dewayne.a.sparks@usace.army.mil
(james.t.tracy@usace.army.mil, dewayne.a.sparks@usace.army.mil)
 
Description
Sources Sought Synopsis W912EP22Z0030 Comprehensive Everglades Restoration Plan, County Road 720 Milling and Resurfacing, St. Lucie County, Florida This announcement constitutes a Source 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 U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to gauge the interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. �The project includes milling and resurfacing County Road (CR) 720 and Griffin Road for a potential fiscal year (FY) 2023 award. There is no solicitation at this time. �This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville Districts anticipates the issuance of a Invitation for Bid (IFB). No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information requested. Project Description: Mill and resurface CR720 and Griffin Road. Once CR720 & Griffin Road are resurfaced, install pavement marking in accordance with the Florida Department of Transportation (FDOT). CR720 and Griffin Road are in Glades County Florida. All work will be performed within the CR720 right of way. CR720 is bound by US 27 to the west and the Glades County line to the south. The Glades County line is approximately half a mile south of Shawnee Farms Road and is marked by an adjacent roadway sign. CR720 is approximately 9.2 miles long. The lands around CR720 are primarily agriculture with sparsely distributed single family residents throughout. CR720 meanders between agriculture land and single family homes. CR720 is composed of five ninety degree turns with straight section of pavement inbetween each curve. Each curve has guardrail on either side of roadway just off the edge of pavement. CR720 crosses two railroad tracks. For the majority of the road, roadside ditches exist on either side of road. There are above grade and below grade utilities that will need to be accounted for during construction. Utility impacts and drainage improvements are not anticipated. All work on Griffin Road will be performed within the right of way. Griffin Road is a sidestreet off CR720.� Griffin Road is bound by CR720 to the south and Herbert Hoover Dike to the north. Griffin Road is approximately seven tenths (0.7) of a mile long and bisects agriculture land. Griffin Road deadends into Uncle Joes fish camp and the Herbert Hoover Dike. There are above grade and below grade utilities that will need to be accounted for during construction. Utility impacts and drainage improvements are not anticipated.� Specific Project Challenges: The work will be performed in a rural area of Glades County, Florida approximately 5 miles from Moore Haven Florida and 6 miles from Clewiston Florida. The work must have minimul impact to the surrounding communities.� Closing CR720 and Griffin Road to vehicular and pedestrian traffic is prohibited. The work must be performed one lane at a time while managing and controlling traffic around the work site. � All work will be perfomed in accordance with FDOT standards. The contractor must be able to provide as-builts of the finished work acceptable to the Government. The Estimated Magnitude of construction is between $10,000,000 and $25,000,000. The estimated period of performance is 185 calendar days from receipt of the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237310, Asphalt paving (i.e., highway, road, street, public sidewalk). �The Small Business Size Standard for this project is $39.5 million. Firm�s response to this Synopsis shall be limited to 10 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 submitting a proposal on the solicitation when advertised. 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 from the date of this Sources Sought.� Firm should provide at least two examples which, at a minimum, include the following: � � a. Brief description of the project � � b. Customer name � � c. Timeliness of performance � � d. Customer satisfaction � � e. Dollar value of the project Emphasis should be on successfully completed milling and resurfacing projects on two lane rural roads that required phased construction and remained open to traffic during construction. 4.� Firm shall identify their Small Business classification and Small Business Size. � � a. Small Business, � � b. Small Disadvantage Business � � c. 8(a) Small Business � � d. SDVOSB � � e. WOSB � � f. 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. 7. Firm�s responses to the following technical questions:� �� � � a. Has your firm milled and resurfaced rural asphalt roads owned by the FDOT? � � b. How would your firm approach the maintenance of traffic plan? � � c. Does your firm believe the period of performance is reasonable? � � d. Does your firm anticipate supply chain issues? � � e. How will your firm adequately supply labor for the project? All responses to this Source Sought Synopsis will be evaluated and used in determining acquisition strategy. NOTES: � � a. DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS� � � � � � � PROJECT. � � b. 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 Synopsis by no later than June 18, 2022 at 2:00PM, EST. All responses under this Sources Sought shall be sent to James Tracy via email at james.t.tracy@usace.army.mil, Deborah Torrence at deborah.d.torrence@usace.army.mil and Dewayne Sparks at dewayne.a.sparks@usace.army.mil. Prior Government contract work is not required for submitting a response under this Sources Sought. 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. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3eba4138c68d4d2f810f5b4886a0be8e/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN06333335-F 20220521/220519230105 (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.