Search Contract Opportunities

COMPREHENSIVE EVERGLADES RESTORATION PLAN, BISCAYNE BAY COASTAL WETLANDS, L-31E FLOW-WAY, CONTRACT 5C (A PHASE I PROJECT): PUMP STATIONS S-710 AND S-711; SEEPAGE CANAL C-711W; MIAMI-DADE COUNTY, FLORIDA   4

ID: W912EP21R0021 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

A Pre-Proposal Conference will be held on Thursday, 08 July 2021 from 10:00am 11:00am, Local Time via teleconference. The call-in number is: 1-844-800-2712 Access code: 199 392 9265. It is requested that an email be sent to Timothy.G.Humphrey@usace.army.mil to confirm attendance by your organization.

DESCRIPTION OF WORK: The Biscayne Bay Coastal Wetlands (BBCW), Contract 5C covers the construction of Pump Stations S-710 and S-711, spreader systems, a seepage canal (C-711W), with associated berm, and the installation of a riser board assembly on the culvert located on the south bank of C-103, between S-710 and S-711, in the North Canal Wetland (NCW; the land south of C-103 being hydrated by S-710 and S-711). The riser board assembly will allow for water level management in the NCW.

S-710 and S-711 are both 40 cfs pump stations located on the south bank of the C-103 that will pump water from C-103 and discharge it into the NCW through a dissipation/spreader basin and concrete-lined spreader channel for S-711 and a dissipation/spreader basin for S-710. C-711W (with the berm) will be located in the NCW, along the western boundary, to prevent NCW water from seeping to the west, onto private lands. C-711W will drain NCW seepage water to C-103, through a culvert, through the C-103 embankment.

The pump stations will have manatee protective barriers, trash racks, and dewatering features, complete with stop logs. Controls will be located in a stand-alone, precast concrete building adjacent to the pump station structure. The pumps will have remote operation capability.

Construction activities include installation of precast concrete, H-piles, king piles, sheet piles, concrete piles, precast concrete, cast-in-place concrete, tremie concrete, flowable fill, control buildings, pumps, pump platform, pump station controls, electrical work, lighting, lightning protection, fencing, excavation, backfilling, stockpiling, clearing and grubbing, grading, placement of topsoil, sodding, limerock road topping, riprap and bedding stone, installation of stilling wells, stilling well platforms, staff gauges and floating barriers. Additional construction activities may include dewatering, and installation of cofferdams.

Florida Power & Light (FPL) will intercept, modify, and upgrade the existing overhead three-phase powerline at the intersection of SW 107th Avenue and 136th Street (south bank of Canal C-103 / Mowry Trail), to provide a new, overhead, three-phase powerline for Pump Stations S-710 and S-711. FPL will route the overhead powerline East along Canal (C)-103 (Princeton Trail), within the SFWMD 30-foot ROW, to the pump stations. The required run will be approximately 4,065 linear feet. FPL will provide and install overhead conductors, poles (approximate 27 poles), transformer(s), and other required hardware as shown on the contract plans, to provide a 277/480V, 60Hz, 250A service for S-711 and 277/480V, 60Hz, 250A service for S-710.

In-water construction utilizing divers will be necessary, because of dewatering difficulty due to the local geology and high conductivity of the underlying limestone.

Soil borings indicate the presence of hard limestone within the project area. Excavation of limestone may require large excavator with rock bucket. Materials for embankment and backfill construction can be obtained from offsite sources provided by the Contractor and approved by the Contracting Officer or the Contractor can process the excavated material to meet the classification of satisfactory material for embankment fill and or select fill at no additional cost to the Government. Contract does not allow blasting within the construction limits.

PROPOSAL REQUIREMENTS:

AWARD WILL BE MADE TO THE OFFEROR WHO SUBMITS THE LOWEST PRICED, TECHNICALLY ACCEPTABLE (LPTA) PROPOSAL. PROPOSALS WILL BE EVAULATED BASED ON TECHNICAL ACCEPTABILITY (DEMONSTRATED EXPERIENCE AND PAST PERFORMANCE) AND PRICE.

The performance period is approximately 1113 calendar days after Notice to Proceed (NTP).

The Request for Proposal (RFP) will be issued on or about 14 June 2021 and proposals will be due on or about 14 July 2021.

NAICS Code 237990, size standard $39.5 million.

Magnitude of construction is between $15,000,000.00 and $25,000,000.00.

THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE.

Solicitation will be issued in electronic format only and will be posted on the Sam website at https://sam.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the beta.Sam website at https://sam.gov/. 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 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/.

Background
The Biscayne Bay Coastal Wetlands (BBCW), Contract 5C, is part of the Comprehensive Everglades Restoration Plan and involves the construction of Pump Stations S-710 and S-711, spreader systems, a seepage canal (C-711W) with associated berm, and the installation of a riser board assembly on the culvert located on the south bank of C-103. The project aims to manage water levels in the North Canal Wetland (NCW) and prevent seepage onto private lands. The construction activities include various tasks such as installation of precast concrete, H-piles, sheet piles, electrical work, excavation, backfilling, grading, and in-water construction utilizing divers due to the local geology and high conductivity of the underlying limestone.

Work Details
The work includes the construction of Pump Stations S-710 and S-711, spreader systems, a seepage canal (C-711W) with associated berm, and the installation of a riser board assembly on the culvert located on the south bank of C-103. The project also involves intercepting, modifying, and upgrading existing overhead power lines by Florida Power & Light (FPL) to provide new power lines for Pump Stations S-710 and S-711. In-water construction utilizing divers will be necessary due to dewatering difficulty caused by the local geology and high conductivity of the underlying limestone. The project also involves excavation of limestone which may require large excavators with rock buckets. The magnitude of construction is between $15,000,000.00 and $25,000,000.00.

Period of Performance
The performance period is approximately 1113 calendar days after Notice to Proceed (NTP).

Place of Performance
Miami-Dade County, Florida

Overview

Response Deadline
Aug. 5, 2021, 2:00 p.m. EDT (original: July 22, 2021, 2:00 p.m. EDT) Past Due
Posted
June 22, 2021, 5:52 p.m. EDT (updated: July 26, 2021, 6:03 p.m. EDT)
Set Aside
None
Place of Performance
FL United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
On 6/22/21 USACE Jacksonville District issued Solicitation W912EP21R0021 for COMPREHENSIVE EVERGLADES RESTORATION PLAN, BISCAYNE BAY COASTAL WETLANDS, L-31E FLOW-WAY, CONTRACT 5C (A PHASE I PROJECT): PUMP STATIONS S-710 AND S-711; SEEPAGE CANAL C-711W; MIAMI-DADE COUNTY, FLORIDA due 8/5/21. The opportunity was issued full & open with NAICS 237990 and PSC Y1KB.
Primary Contact
Name
Timothy G. Humphrey   Profile
Phone
(904) 232-1072

Secondary Contact

Name
Tedra N. Thompson   Profile
Phone
(904) 232-1051

Documents

Posted documents for Solicitation W912EP21R0021

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W912EP21R0021

Award Notifications

Agency published notification of awards for Solicitation W912EP21R0021

Contract Awards

Prime contracts awarded through Solicitation W912EP21R0021

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912EP21R0021

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912EP21R0021

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT JACKSONVI
FPDS Organization Code
2100-W912EP
Source Organization Code
100221797
Last Updated
July 26, 2021
Last Updated By
timothy.g.humphrey@usace.army.mil
Archive Date
Oct. 30, 2021