The RFP Database
New business relationships start here

Picayune Strand Road Removal


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

THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. Respondents will not be notified of the results of the evaluation.


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 sources sought synopsis is to gain knowledge of interest, capabilities and qualifications of the construction industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors.


Description of the Project


The project consists of returning the graded roadways and logging trams to a natural topographic profile based on the adjacent undisturbed ground; which would reestablish sheet flow. High spots that are not historic uplands, such as berms or spoil piles that obstruct or channelize flow are not acceptable.


Contractor is to remove and re-grade all east-west roads to level undisturbed ground logging trams and existing roads and adjacent ditches, swales and spoil for the base contract in the area bounded by Miller Canal to the east, the Tieback Levee to the north, 90th Avenue SE to the south and to the ends of the roads on the west. Miller Boulevard will not be degraded, however, the spoil and swales along Miller Blvd will be leveled to undisturbed ground. Heavy equipment involved in this work will be allowed to travel across and along Miller Blvd to do any of the road and logging tram removal work described in this document. Also, 68th Avenue SE will not be degraded, but the adjacent spoil and swales will be leveled. The contract will include two options: option 1 for removal and re-grade of all existing logging trams and east-west roads and their adjacent ditches and spoil in the area bounded by 92nd Avenue SE to the north, Miller Canal to the east, 112th Avenue SE to the south, and the ends of the east-west roads to the west. Miller Blvd will not be degraded, however, the spoil and swales along Miller Blvd will be leveled to undisturbed ground. The west ends of the east-west roads are variable. The roads west of Miller Blvd increase in length from 70th Ave SE (about 0.25 miles) to 128th Ave SE (about 0.35 miles) because the boundary of the project and Miller Blvd are not exactly parallel. Also, 66th and 68th Ave SE end about 1.25 miles west of the centerline of Miller Blvd. Portions of 126th Avenue SE west of Miller Blvd and 128th Avenue SE just east and west of Miller Blvd have adjacent rehabilitated agricultural hazardous waste sites and will not be degraded. These road sections will be clearly marked.


All of the roads, with the exception of the actual roadbeds along the rehabilitation sites mentioned above, will require degrading out to about 10 ft. beyond the spoil mounds. The width of the major roads to be cleared and degraded, including 100th and 128th, is typically ~260 ft., while widths for all other east-west roads to be cleared and degraded is typically ~160 ft.); however, these widths will vary somewhat. Before degrading, asphalt will be removed from 100th Ave SE and 128th Ave SE and stockpiled at site(s) on Picayune designated by the Contracting Officer. Contractor shall clear and grub along all roads within the limits of construction as shown in the planning documents. Vegetative debris from clearing shall be consolidated and burned. Any large woody remnants from burning the vegetation will be stockpiled along the Miller Canal for later placement in the remaining open pools after all available spoil has been placed in the Canal. Any human-made trash encountered on the construction footprints will be removed from the site for appropriate disposal.


The contractor shall fill the adjacent swales and road ditches to undisturbed ground using suitable material recovered from the adjacent existing roads and berms. The material placed in the adjacent swales and ditches will be compacted with heavy equipment during leveling of the site. Expect some-to-many large boulders to be encountered.

Any culverts encountered shall be removed and disposed. An example of the approximate location of the culverts and their approximate length is shown in the attached figure. The culverts are oval shaped approximately 12 inches high and 24 inches wide, are corrugated steel, and many have collapsed and been filled to level the road.


Logging trams will typically have vegetation cleared out to a width of ~75 ft., after which the raised trams and adjacent swales will be leveled to the adjacent natural grade beyond the construction footprint. The vegetation will initially be placed along the edge of the footprint. After the construction footprint is leveled, the woody vegetation will be lined up along the centerline of the cleared footprint with none of the material being more than 3 ft. above the ground surface, except for large root balls. None of the greater than 6 inch diameter logs should be more than 10 ft. long, and there will be 20 ft. wide gaps in the line of vegetation at least every 100-200 ft. If a logging tram is not accessible from Miller Blvd or one of the east-west roads, it should be accessed from the spoil along the Miller Canal.


After completion of the road and logging tram removal and degrading, the contractor shall perform a survey of the length of the area to establish the extent of construction for payment. The contractor is responsible for measurement of the length of road/tram road removal.


East-west road removal south of the tie-back levee west of Miller Canal (Miller Boulevard excluded).

The Estimated Magnitude of Construction is between $7,000,000 and $12,000,000.

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

Base contract includes work from Tie-Back Levee south to 90th Avenue SE.  The Base perid of performance is 300 calendar days.

Option 1 includes work from 92nd Avenue SE to 112th Avenue SE.  The Option 1 period of performance is 300 calendar days.

Option 2 includes work from 114th Avenue SE to 128th Avenue SE.  The Option 2 pperiod of performance is 240 calendar days.

The total period of performance is 840 calendar days.  The performance period is mandatory.


The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238910, Site Preparation Contractors. The Small Business Size Standard for this project is $15 million.


Firm's response to this Sources Sought shall be limited to ten (10) 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 work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 2 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.


6. A letter of current bonding capacity (up to $12,000,000) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity.


All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy.


NOTES:

DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT.


DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.


Submission Instructions: Interested parties who consider themselves qualified to perform the above listed project are invited to submit a response to this Sources Sought Notice by no later than 30 April 2019 by 2:00PM Local Time. All responses under this Sources Sought Notice must be emailed to brian.j.kilpatrick@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.


If you have any questions concerning this opportunity, please contact: Brian Kilpatrick via e-mail a brian.j.kilpatrick@usace.army.mil or (904) 232-1792


 


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