Lake Worth Inlet, North Jetty Repairs, Palm Beach County, Florida
W912EP19Z0056 Lake Worth Inlet, North Jetty Repairs, Palm Beach County, Florida This is announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry and will O... W912EP19Z0056 Lake Worth Inlet, North Jetty Repairs, Palm Beach County, Florida This is announcement constitutes a SOURCES 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) 2019 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 type of solicitation to be issued is anticipated to be 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 repairs to restore the North Jetty at Lake Worth Inlet in Palm Beach County, Florida. Repairs will require substantial moving and manipulation of existing or displaced stones to obtain the required interlocking within the tolerances provided. The originally constructed North Jetty is approximately 900 feet in length with a height of 0.82 feet above North American Vertical Datum (NAVD88). Specific locations of jetty rehabilitation will be shown on the plan drawings. Mobilization of equipment and the construction necessary to repair the jetty shall be water-based and require the use of marine construction methods and equipment. The project will have an estimated period of performance of 100 calendar days after receipt of the Notice to Proceed (NTP). Responses to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Company/Contractor name, address, point of contact, phone number and e-mail address. 2. Provide a brief description of previous projects which included: a. The Capability to execute and/or manage construction projects of comparable complexity and magnitude. b. Experience moving and manipulating existing or displaced stone greater than 10 tons in a marine environment c. Experience moving and manipulating 10 to 14 ton stones to obtain required interlocking within specified tolerances d. Experience repairing jettys in a marine environment e. Customer name f. Timeliness of performance g. Dollar value of projects completed within the past 3-5 years (provide at least 3 examples. 3. Offeror shall identify their Small Business classification and Small Business Size _ Small Business _ Small Disadvantage Business _ 8(a) Small Business _ HUB Zone _ SDVOSB _WOSB 4. Joint Venture information if applicable 5. A letter of current bonding capacity (up to $2,000,000.00) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. Responses to this Sources Sought Synopsis must be received no later than 2:00 pm, EST on 16 August 2019 and shall be sent to Ms. Tedra Thompson via email at Tedra.N.Thompson@usace.army.mil; or sent via mail to the attention of Tedra Thompson: 701 San Marco Blvd., Jacksonville, FL 32207. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code 237990 and the Small Business Size Standard is $36.5 million. The anticipated magnitude of construction is $800,000 - $1,000,000.00. NOTE: To be considered small for the purposes of this Government procurement, a firm must perform, with its own equipment or equipment owned by another Small Business concern, at least 30 percent of the work. In addition, per FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Anticipated solicitation issuance date is on or about 21 August 2019. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Please Note: Prior Government contract work is not required for submitting a response under this sources sought synopsis. All interested firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »