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 -- Central Everglades Planning Project (CEPP), South Contract 1, L-67A Structures (S-631, S-632, and S-633) Spoil Pile Removal and Agricultural Ditch Backfill, Miami-Dade County, Florida

Notice Date
5/19/2022 10:20:53 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP22Z0028
 
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 W912EP22Z0028 Comprehensive Everglades Restoration Plan, L-67A Structures (S-631, S-632, and S-633) Project, Dade 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 constructing three (3) gated water control structures along the L-67A levee, degradation of 15 existing spoil piles along L-67A canal, and plugging and partial backfill of an existing Agricultural Ditch. The project is anticipated 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: The work will be performed in a rural area of Dade County, Florida. The entrance to the project site is on the north side of US-41 (Tamiami Trial) and approximately 12 miles west of the intersection with US-27. The Scope of Work for this project includes the following three (3) items, (A) Install the proposed L-67A levee structures; S-631, S-632, and S-633 detailed as new gated flood control culverts, with 5.5-ft. x 5.5-ft. manual vertical slide gates, two (2) sets of stop logs, each with total design capacity of 500 cubic feet per second (cfs) to convey water from WCA 3A to WCA 3B; (B) Degrade 15 existing spoil piles located along the west side of the L-67A canal and move the material onto the project construction site; and (C) Construct earthen plugs within the existing east-west agricultural ditch, degrade existing spoil piles along the north side of the ditch, and partially backfill portions of the ditch. Specific Project Challenges: The work will be performed in a rural area of Dade County, Florida with limited access along a narrow existing levee embankment. The work is along the existing L-67A levee and within the surrounding Everglades Swamp lands. The lands outside the footprint of the levee are prone to flooding at all times of the year and the ground conditions are very soft and wet during all times of the year. Some of the work is located in or along existing canals which will require barges for access. The work will also require processing of on-site materials to produce embankment fill materials meeting the project specifications. It is anticipated that the work within and along the agricultural ditch will require the use of amphibious equipment and the use of hydraulic pump operations to move materials for the proposed ditch plugs. The contractor must be able to provide as-builts of the finished work acceptable to the Government. The Estimated Magnitude of construction is between $25,000,000 and $100,000,000. The estimated period of performance for the base contract is 1,127 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 237990, Other Heavy and Civil Engineering Construction. �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 levee construction, working with amphibious equipment in a wet environment, construction of water control structures, cofferdam construction, and dewatering. 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 completed similar work in the South Florida environment? � � � �b. How would your firm approach earthwork construction in a difficult access area consisting of standing water and soft ground conditions? � � � �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? 8.� Project Labor Agreement (PLA) - On 4 February 2022, an Executive Order (EO) was issued requiring large construction projects valued at $35 million or larger to utilize PLAs. The EO mandates that all contractors and subcontractors be a party to a labor agreement with one or more labor organizations. Due to the magnitude of this project, the EO is applicable to this acquisition. Although the EO has not yet been incorporated into the Federal Acquisition Regulation (FAR), it is likely that by the time this requirement is solicited, PLAs will be required.� As such, this Sources Sought Synopsis seeks to determine the potential impacts of PLAs on this project.� Please provide feedback regarding how the requirement for a PLA will impact your interest in submitting a proposal in response to the planned solicitation.� PLA Executive Order for reference: https://www.whitehouse.gov/briefing-room/presidential-actions/2022/02/04/executive-order-on-use-of-project-labor-agreements-for-federal-construction-projects/ 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,�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/5eed361545bf4f5d97b020b4b956003b/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN06333336-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.