Kissimmee River Restoration S-69 Weir Permanent Repair Scour

Agency:
State: Florida
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159374112460510
Posted Date: Mar 12, 2024
Due Date: Mar 26, 2024
Source: Members Only
Follow
Kissimmee River Restoration S-69 Weir Permanent Repair Scour
Active
Contract Opportunity
Notice ID
W912EP24Z0026
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST JACKSNVLLE
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 12, 2024 04:02 pm EDT
  • Original Response Date: Mar 26, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Kissimmee , FL
    USA
Description

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 Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2024 award of the aforementioned project. The purpose of this synopsis is to gauge of 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 proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of an Invitation for Bid (IFB). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested.



The Jacksonville District of the US Army Corps of Engineers is seeking interested bidders for a project that consists of installing scour countermeasures downstream of the existing S-69 Weir Structure. Scour countermeasures include the placement of riprap stone with geotextile fabric and requires the removal of existing riprap to create tie-in for the placement of new riprap stone, grout riprap in shallow water. The project will also include backfill scour holes and regrade channel with existing channel material.



The Jacksonville District is looking for special experience in the areas of working from barge and performing earthwork operations underwater and placing grout in riprap in shallow water.



The Estimated Magnitude of construction is between $5,000,000 and $10,000,000.



The project will have an estimated period of performance of 480 calendar days after receipt of the Notice to Proceed (NTP).



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 $45 million.



Anticipated solicitation issuance date is on or about 28 June 2024. The official Synopsis citing the solicitation number will be issued on the SAM.gov Contracting Opportunities Website: https://sam.gov.



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length and shall include the following information:




  1. What type of work has your company performed in the past in support of the same or similar requirement?

  2. Can or has your company managed a task of this nature? If so, please provide details.

  3. Can or has your company managed a team of subcontractors before? If so, provide details.

  4. What specific technical skills does your company possess which ensure capability to perform the tasks? What is your experience working with barge and performing earthwork operations underwater, and placing grout in riprap in shallow water?

  5. Please note that under the Small-Business Set-Aside, in accordance with FAR 52.219-14, (4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.

  6. Firm’s interested in submitting a proposal in response to the forthcoming solicitation shall include their name, address, point of contact, phone number, website, email address and Unique Entity ID (UEI).

  7. Firm’s capability to perform a contract of this magnitude and complexity (include firm’s capability to execute comparable work performed within the past 10years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) – provide at least 3 examples.

  8. 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.

  9. If significant subcontracting or teaming is anticipated to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable – existing and potential.

  10. Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from the bonding company.



NOTES:



DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO PARTICIPATE IN THE SOLICITATION OF THIS PROJECT





DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA.



Submission Instructions:



All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy.



Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.



Submission Instructions: Interested parties who consider themselves qualified to perform the work associated with the subject requirement, are invited to submit a response to this Sources Sought Notice no later than 26 March, 2024 at 4:00PM, Local Time. All responses under this Sources Sought Notice shall be sent to Ms. Melaine E. Robles via email at melaine.e.robles@usace.army.mil .





All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.



Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered in the System for Award Management (SAM), to be eligible to receive an award from any Government solicitation. 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.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 701 SAN MARCO BLVD
  • JACKSONVILLE , FL 32207-0019
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 12, 2024 04:02 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >