The RFP Database
New business relationships start here

BREVARD COUNTY, FLORIDA - SHORE PROTECTION PROJECT


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP18R0029, GROUP 1 - UNRESTRICTED:

Callan Marine, Ltd. (W912EP19D0023); Cashman Dredging & Marine Contracting Co., LLC (W912EP19D0024); Cavache Inc. (W912EPD0025); Continental Heavy Civil Corp (CHC) (W912EP19D0026); Cottrell Contracting Corporation (W912EP19D0027); Great Lakes Dredge & Dock Company, LLC (W912EP19D0028); J.T. Cleary Inc. (W912EP19D0029); Manson Construction Co. (W912EP19D0030); Marinex Construction, Inc. (W912EP19D0031); Norfolk Dredging Company (W912EP19D0032); Orion Marine Construction, Inc. (W912EP19D0033); Southern Dredging Co., Inc. (W912EP19D0034); The Dutra Group (W912EP19D0035); Waterfront Property Services, LLC dba Gator Dredging (W912EP19D0036); Weeks Marine, Inc. (W912EP19D0037).

PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER
THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP 1 - UNRESTRICTED DREDGING MATOC POOL.


A Pre-Proposal Conference will be held on 8 August 2019 @ 10:00am, Local Time via teleconference. The call-in number is: 877-402-9753, the ACCESS CODE is: 6546236, and the SECURITY CODE is: 5480. It is requested that an email be sent to William.J.Wallace@usace.army.mil to confirm attendance by your organization.


DESCRIPTION OF WORK: Project consists of placement of beach compatible material along 16 miles coastline in Brevard County Florida. The project is broken into three segments: Mid-Reach, South Reach, and Patrick Air Force Base (PAFB). Mid-Reach and South Reach segments are the base bid and PAFB segment is the option bid item. The Contractor shall also conduct turbidity monitoring at the beach fill site, endangered species observers and monitoring aboard the dredge, night-time surveys for marine turtle nesting, collection and analysis of as-built sediment samples, and related tasks described and detailed in these specifications.


The Mid-Reach project is a 7.8 mile beach fill project and between FDEP Monuments R-75.4 and R-118.3 ending just north of the Town of Indialantic. Hydraulic placement within Mid-Reach is prohibited. Beach quality sediment can be attained from a South-Reach beach stock pile area as shown on the plans, or approved upland sources. The South Reach stockpile area is constructed for the purpose of supplying sand to the Mid-Reach placement area, and is approximately 8 miles south of the Mid-Reach placement site with a maximum and minimum distance of 11.6 miles and 4 miles, respectively. The stockpile area can be hydraulically filled and then mechanically transferred to the placement area along Highway A1A only.


Once delivered to the Mid-Reach sand will be offloaded at construction access/staging areas before being distributed by off road dump truck. After the truck haul is completed, a residual beach fill will be constructed within the entire stockpile area as shown on the drawings. The Contractor has an option of obtaining 80,000 CY from Contracting Officer approved upland sand sources containing beach quality sand meeting these specifications. For the plans, the feature identifier precedes the discipline designator in the drawing number as A.


The South Reach is a 3.8 mile long project between R-monuments R-118.3 and R-139. The placement of material will be uniform alongshore in accordance with the elevations and slopes indicated on the drawings and can be constructed using conventional hydraulic placement. For the plans, the feature identifier precedes the discipline designator in the drawing number as B.


PAFB is a 3.7 mile long beach fill project between FDEP range monuments R- 55 and R-75.4. The northern 1.9 mile PAFB segment (R-55 to R-65) can be hydraulically place. Hydraulic placement south of R-65 to R-75.4 cannot occur due to the presence of emergent nearshore rock outcrops. Therefore, a stockpile area on the beach is provided between R-61 to R-65 which can be hydraulically stockpiled with up to 90,000 CY being stored. The stored material can then be mechanically transferred via truck haul on the beach or A1A to place approximately 115,000 CY as beach and dune fill between R-65 and R-75.4 and to install native dune plants, and to remove exposed derelict concrete rubble. The use of upland mine for a sediment source is prohibited. For the plans, the feature identifier precedes the discipline designator in the drawing number as C.



MAGNITUDE OF CONSTRUCTION: Between $25,000,000 and $35,000,000.


The request for proposal will be issued on or about 19 July 2019 and proposals will be due on or about 27 August 2019. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The technical evaluation factors are availability of technically acceptable plant and equipment that meet the requirement of the Notice of Intent and Past Performance previously submitted in response to the Dredging MATOC (Solicitation No. W912EP18R0029). See attached request for proposal for submission requirements.


The Request for Proposal will be issued in electronic format only and will be posted on the Federal Business Opportunities website (Fed Biz Opps) at https://www.fbo.gov. In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.


William Wallace, Contract Specialist, Phone 904-232-2180, Email William.J.Wallace@usace.army.mil - Timothy Humphery, Contract Specialist, Phone (904) 232-1072Timothy Humphery, Email Timothy.G.Humphery@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP