The RFP Database
New business relationships start here

PICAYUNE STRAND RESTORATION PROJECT, MILLER TRAM AND ROAD REMOVAL AND ASSOCIATED WORKS, COLLIER COUNTY, FL


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

The solicitation will consist of a Base and Two Options as follows:

Base Work includes the removal and re-grading of all east-west roads to level undisturbed ground logging trams, existing roads, and adjacent ditches, swales, and spoil in the area bounded by Miller Canal to the east, the Tieback Levee to the north, 82nd Avenue SE to the south, and to the ends of the roads on the west. Miller Boulevard shall not be degraded, however, the spoil and swales along Miller Boulevard shall be leveled to undisturbed ground. Heavy equipment involved in this work will be allowed to travel across and along Miller Boulevard. Additionally, 68th Avenue SE shall not be degraded, but the adjacent spoil and swales shall be leveled.
 

Option 1 work includes the removal and re-grading of all existing logging trams and east-west roads and their adjacent ditches and spoil in the area bounded by 84th Avenue SE to the north, Miller Canal to the east, 100th Avenue SE to the south, and the ends of the east-west roads to the west. Miller Boulevard shall not be degraded, however, the spoil and swales along Miller Boulevard shall be leveled to undisturbed ground.


Option 2 work includes the removal and re-grading of all existing remaining east-west roads and their adjacent ditches and spoil in the area bounded by 102nd Avenue SE to the north, Miller Canal to the east, the end of Miller Boulevard at the gate below 128th Avenue SE to the south, and the ends of the east-west roads to the west. Miller Boulevard shall not be degraded, however, the spoil and swales along Miller Boulevard shall be leveled to undisturbed ground.

The contractor shall begin performance within 90 calendar days and complete performance within 850 calendar days (Base work - 246 calendar days, Option 1 work - 266 calendar days, and Option 2 work - 336 calendar days) after receipt of Notice to Proceed (NTP).  The performance period is mandatory.



PROPOSAL REQUIREMENTS

The Invitation for Bid (IFB) will be issued on or about 15 July 2019 and bids will be due on or about 14 August 2019.

NAICS Code 238910, Size Standard $15.0 Million.

Magnitude of Construction is between $9,000,000.00 and $14,000,000.00.

A Pre-Proposal Conference will be held on a date to be determined later, and will be listed in the solicitation.

THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE.

The IFB 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 regsiter as an interested vendor on the Federal Business Opportunities webiste 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 regisitered 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


Brian J. Kilpatrick, Contract Specialist, Phone 9042321792, Email brian.j.kilpatrick@usace.army.mil - Timohty G. Humphrey, Contract Specialist, Phone 9042321072, Email Timothy.G.Humphrey@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP