Canaveral Harbor Sand Bypass System Phase VI, Brevard County, Florida

Agency: DEPT OF DEFENSE
State: Florida
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159670626751092
Posted Date: Apr 12, 2024
Due Date: Apr 26, 2024
Solicitation No: W912EP24Z0027
Source: Members Only
Follow
Canaveral Harbor Sand Bypass System Phase VI, Brevard County, Florida
Active
Contract Opportunity
Notice ID
W912EP24Z0027
Related Notice
W912EP24Z0008
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST JACKSNVLLE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 12, 2024 10:23 am EDT
  • Original Response Date: Apr 26, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1KF - MAINTENANCE OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    FL
    USA
Description

This notice constitutes a REQUEST FOR INFORMATION (RFI). This announcement seeks information from industry and will only be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS RFI. Respondents will not be notified of the results of the evaluation.



The Jacksonville District of the US Army Corps of Engineers is seeking feedback from interested bidders for potential project work which consists of dredging approximately 1.5 million cubic yards of beach compatible sand from the beach at the Canaveral Harbor Sand Bypass Dredging Area (SBDA) and transporting the excavated material to the Brevard County beach placement area. The Brevard County beach placement area is comprised of two segments extending approximately from R-1 to R-22 and from R-33 to R-54, located approximately 0.5 miles to 9.5 miles south of the Cape Canaveral south jetty. The SBDA is located approximately 0.1 to 1.6 miles north of the Port Canaveral north jetty and within Cape Canaveral Space Force Station (CCSFS). If pipeline is to be run across the Canaveral Harbor Entrance Channel, it must be trenched below the required depth of -46 ft MLLW so as to not interfere with navigation. In 2019, a five-foot pipeline trench was constructed at Station 141+00 to -51 feet MLLW to traverse the pipeline under the Canaveral Harbor channel. If additional material must be dredged to place pipeline in the trench, it may be side-casted within the Canaveral Harbor.



Booster pumps used on this work must be equipped with satisfactory mufflers and/or other sound abatement devices to reduce engine noise. Construct a sound barrier landward of booster pumps in order to reflect noise waterward. Booster pumps will not be allowed within 1,000 feet of residential areas or commercial lodging. Conduct operations to comply with all Federal, state, and local laws pertaining to noise. Only dredges with a current U.S. Coast Guard Certificate of Inspection for the intended use of the vessel will be allowed to work seaward of the "boundary line" under this contract.



Work on the beach may be performed from 1 November through 30 April. Incidental work includes beach tilling, turbidity monitoring, vibration control monitoring, and environmental species monitors. At the SBDA, there will be no vibration monitoring, and Space Launch Delta 45 will conduct daily sea turtle and seabird monitoring. The Contractor is expected to coordinate with Space Launch Delta 45 on a daily basis during construction.



The work is located north and south of the Canaveral Harbor Entrance Channel in Brevard County, Florida.



The Estimated Magnitude of construction is between $25,000,000 and $50,000,000.



The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Dredging and Surface Cleanup Activities. The Small Business Size Standard for this project is $37 million.



Anticipated solicitation issuance date is on or about June 6, 2024 and the anticipated response date is on or about July 9, 2024. The official Synopsis citing the solicitation number will be issued on the SAM.gov Contracting Opportunities Website: www.sam.gov.



NOTE: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.



Responses to this RFI shall be limited to 20 pages and shall include the following information:




  1. Company/Contractor name, address, point of contact, phone number and e-mail address.

  2. Company’s interest in bidding on the subject requirement when issued.

  3. Company’s capability to perform a contract of this magnitude and complexity (include company’s capability to execute comparable work performed within the past 10 years). Company should provide at least 3 examples which, at a minimum, include the following:

    1. Brief description of the project

    2. Customer name

    3. Customer satisfaction

    4. Timeliness of performance

    5. Dollar value of the completed projects



  4. Offeror shall identify their Small Business classification and Small Business Size



_ Small Business



_ Small Disadvantage Business



_ 8(a) Small Business



_ HUB Zone



_ SDVOSB



_ WOSB




  1. Company’s capability to complete sand placement over a single “season” outside of sea turtle nesting (November 1 to April 30).

  2. Company’s proposed methodology for transporting sand to the southern placement segment (R-33 to R-54).

  3. Company’s proposed methodology for placing pipeline in trench under Canaveral Harbor channel.

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

  5. 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 PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA.



Submission Instructions:



Responses to this RFI must be received no later than 2:00 pm, EST on 26 April 2024



and shall be sent to Mr. William Wallace via email at william.j.wallace@usace.army.mil and



Mr. Timothy Humphrey at timothy.g.humphrey@usace.army.mil.



Prior Government contract work is not required for submitting a response under this RFI.



You must be registered in the System for Award Management (SAM), in order 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

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 >