EAA Reservoir Design Project
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to ... The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the EAA Reservoir Design Project. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330 (Engineering Services) with a small business size standard of $15,000,000. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of the Architect Engineering industry, The Government must ensure there is adequate capability and competition among the potential pool of responsible contractors. Project Description: The EAA Reservoir Design project will include the design of an above ground Reservoir, Pump Station, various Water Control Structures, and associated distribution canals. The EAA area includes a 10,500-acre above-ground storage reservoir (i.e., the A-2 Reservoir) and an adjacent 6,500-acre Stormwater Treatment Area (STA) (i.e., the A-2 STA). The A-2 Reservoir is intended to have a normal full storage depth of approximately 22.6 feet of water that corresponds to a normal full storage level of 31.10 feet-NAVD. The A-2 STA is proposed to be located west of the A-2 Reservoir allowing for an outfall to the Miami Canal. The shallow A-1 Flow Equalization Basin (FEB) with an existing 60,000 acre-feet (ac-ft) of storage would remain to the east of the proposed A-2 Reservoir. The design would also include an inflow-outflow canal for the A-2 Reservoir proposed to be located along the northern boundary of the project area that extends from the North New River (NNR) to the Miami Canal. Proposed Pump Station and gated spillways will be jointly operated to allow the Pump Station to pump water from the A-2 Reservoir Inflow-Outflow Canal into the A-2 Reservoir with the flexibility to control flows from the NNR and Miami Canal to the A-2 Reservoir Inflow-Outflow Canal. The Pump Station will serve as the main inflow structure for filling the A-2 Reservoir. The pump station is proposed to be located along the north embankment of the A-2 Reservoir approximately 2.8 miles west of the NNR Canal. Inflows to the pump will be provided by the A-2 Reservoir Inflow-Outflow Canal that is proposed to extend from the Miami Canal to the NNR Canal. The A-2 Reservoir Pump Station required maximum flow capacity is 4,500 cfs that is based on a maximum inflow of 3,000 cfs from the Miami Canal and a maximum inflow of 1,500 cfs from the NNR Canal. Estimated construction range: Greater than $900M Firm's response to this Synopsis shall be limited to 25 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 bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity. Include firm's capability to execute comparable design work (e.g. zoned embankment, outlet work structure, open channel, and large scale pump station design) performed within the past (10) years along with a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least 3 examples. 4. 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. 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. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 3PM EST, 8 April 2019. All responses under this Sources Sought Notice must be emailed to Mr. La Vaughn T. Williams at lavaughn.t.williams@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »