Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912EP19R0016
SUBJECT: UPPER ST. JOHN'S RIVER BASIN S-252D, E and F CULVERT REPAIRS, INDIAN RIVER COUNTY, FLORIDA --- W912EP19R0016 CONTRACT SPECIALIST NAME & PHONE NUMBER: Joseph Sherwood DESCRIPTION OF WORK: The ...
SUBJECT: UPPER ST. JOHN'S RIVER BASIN S-252D, E and F CULVERT REPAIRS, INDIAN RIVER COUNTY, FLORIDA --- W912EP19R0016 CONTRACT SPECIALIST NAME & PHONE NUMBER: Joseph Sherwood DESCRIPTION OF WORK: The work consists of repair features of the Upper St. Johns Project in the Fort Drum Marsh Conservation Area to preserve and enhance floodplain and aquatic habitats, provide and/or protect conveyance of water discharged downstream through the L-78 flow w ay, Structures S-252D, S-252E and S-252F. Levee 78 and the surrounding structures serve as the main flood control features for lands located to the north of the levee alignment. Work shall be performed in the wet with divers, and may have a maximum depth of water over the culverts of approximately 12 feet. Cofferdams are not allowed and no work shall be performed in the dry based on the cost of dewatering and requirement to maintain full operations. The Scope of Work for this contract includes the following: - Slip lining of the barrels of the ten culverts with 63-inch Outer Dimension (with 59-inch Inner Dimension) High Density Polyethylene (HDPE) pipes. - The existing 72" CMP would be slip lined with the HDPE pipe and the gaps would be filled with cellular grout. S252D consists of one 170LF, 72" diameter CMP S252E consists of five 142LF, 72" diameter CMP S252F consists of two 142LF, 72" diameter CMP L-78 has two cross drains installed under the access road with 75LF, 72" diameter CMP barrels - The grout mix would be based on HDPE pipe manufacturer recommendations for environmental conditions. - The slide gates are in good condition and would be reused i.e. reattached. - Manually operated flap gates will be replaced with automatic flap gate or duckbill gates - Will include similar modifications to the two L-78 access road barrels as they were constructed using the same CMP in 1999. - Sequence of construction would be for only one culvert of a culvert series per cell, allowing for continued water flow through the cell via the remaining culverts within the magnitude of construction The period of performance is 384 calendar days after receipt of Notice to Proceed (NTP). PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the Lowest Price Technically Acceptable (LPTA) to the Government. Proposals will be evaluated in the areas of Technical Merit, Past Performance, and Price. Magnitude of construction is between $1,000,000.00 and $5,000,000.00. NAICS Code 237990, SIZE STANDARD $36.5 million. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE ACQUISITION. ALL RESPONSIBLE SMALL BUSINESS OFFERORS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about May 13, 2019 with a response date of June 13, 2019. Solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities (FBO) website: https://fedbizopps.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to receive an award from this solicitation. The SAM website can be located at https://www.sam.gov.