- Home/
- United States/
- DEPT OF THE ARMY USA/
- Overview
DEPT OF THE ARMY USA Tender
DEPT OF THE ARMY USA Tender
Costs
Summary
Everglades National Park, Flamingo Marina Bulkhead Rehabilitation Monroe County, Florida
Description
This Is Announcement Constitutes A Source Sought Synopsis. This Announcement Seeks Information From Industry And Will Only Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Bids 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) 2025 Award Of A Contract For This Large-scale Construction Project. The National Park Service (nps) Has A Requirement To Provide Cliff Stabilization At Flamingo, National Park Service (nps) Rehabilitate Marina Bulkheads. the Purpose Of This Sources Sought Is To Gauge Interest, Capabilities, And Qualifications Of Contractors That Have Construction Experience In Completing Similar Projects. The Scope Of The Contract Will Include But Is Not Limited To Bulkheads Replacement And Cantilevered Sheet Pile Placement. the Proposed Project Will Be A Firm Fixed Price (ffp) Contract. The Jacksonville District Anticipates The Issuance Of A Request For Proposal (rfp). No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow-up Information Requested. description Of Work: the Project Work Includes The Removal Of The Existing Concrete Cap Of The Bulkhead Walls, Installation Of New Steel Sheet Pile Bulkhead Walls With Cast-in-place Concrete Cap And Precast Concrete Wall Panel Cap, Site Grading, And Mechanical/plumbing/electrical Equipment Replacements And Additions, And Storm Water Outfall Pipe Extensions. The Work Also Includes The Removal And Replacement Of The Asphalt/concrete Pavement, Timber Guide And Mooring Piles, Floating Docks And Aluminum Ramps (where Indicated On The Plans), And Modification Of The Fixed Docks. The Overall Project Site Components Encompass Work To Done Within And Around The Four Marina Basins (whitewater Bay, Florida Bay, Visitor Center Bay, And Maintenance Marina Bay) Located At The Flamingo Marina In The Everglades National Park. Shallow Draft Barges Or Similar Is Authorized, With Approval By The Government, For Use So Long As Dredging Of The Basins Is Not Required, At No Additional Cost To The Government. specific Project Components Include The Following Items And Incidental Related Work: the New Sheet Pile Bulkhead Wall Systems Are Comprised Of A Total Of Approximately 3,900 Linear Feet. The Installation Of The Sheet Pile Walls Is Offset 22 Inches From The Existing Bulkhead Walls For Whitewater Bay, Florida Bay, And Maintenance Marina Bay; And Offset 22.5 Inches From The Existing Bulkhead Walls For Visitor Center Bay. The Offset Dimension Is Measured From The Exterior Face Of The Existing Soldier Piles To The Centerline Of The Sheet Piles. Flowable Fill Will Be Placed Between The Two Wall Systems. The Precast Concrete Wall Panel Cap Will Overhang The Sheet Pile Walls And Tied Into Cast-in-place Concrete Cap, Resulting In Both Wall Systems Being Encompassed. The Placement Of The Wall Systems Must Not Extend Through The Canal Plug Between Whitewater Bay And Florida Bay, And The Structural Canopy In Maintenance Marina Bay. the Floating Docks And Aluminum Ramps Affected By The Placement Of The New Wall Systems (indicated On The Plans) Will Be Removed, Stored, And Reinstalled In Approximately The Same Location. The Affected Docks Will Also Include The Removal And Replacement Of The Timber Guide And Mooring Piles. The Fixed Docks Will Remain In Place With Only The Affected Portions To Be Removed, Modified, And Reinstalled. Areas That Involve Work For The Floating And Fixed Docks Are Located In Whitewater Bay And Florida Bay. The Replacement Of All The Floating Docks (indicated On The Plans) Must Be Replaced With Aluminum Floating Docks And Are Identified As Option A Of The Project. the Mechanical/plumbing/electrical Equipment Replacements And Additions For Whitewater Bay, Florida Bay, And Maintenance Marina Bay Will Include The Removal And Replacement Of Utility Pedestals, Boat Off-loading Sewage Pumps, Fuel Dispensers, Electrical (circuit Breaker) Panels, Plumbing And Wiring/conduits For The Equipment, Sewage Shore Ties, And Equipment Housekeeping Pads. The Mechanical/plumbing/electrical Equipment Replacements And Additions Will Also Include The Removal Of The Makeshift Water Stations On The East Side Of The Marina Store And The Installation Of A Packaged Utility Wastewater Pumping Station (grinder Pump) At The South Wall Of The Maintenance Marina Bay. order Of Work: the Work For Each Of The Bay/basin Must Be Completed In The Following Order: (1) Whitewater Bay (sta 1+00 To Sta 7+29.37) And Florida Bay (sta 7+67.42 To Sta 11+37.78), (2) Whitewater Bay (sta 7+29.37 To Sta 13+75.80), (3) Florida Bay (sta 1+00 To Sta 7+67.42), (4) Visitor Center Bay, And (5) Maintenance Marina Bay. The First Stage Of Work Of The Project Must Include All Features Of Work Indicated In The Plans For Whitewater Bay From Station 1+00 To Station 7+29.37 And Florida Bay From Station 7+67.42 To Station 11+36.49. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, And Flowable Fill. The Placement Of The Wall Systems Must Not Extend Through The Canal Plug Between Whitewater Bay And Florida Bay. The Work Must Also Include The Removal And Replacement Of The Associated Asphalt Sidewalks And The Mechanical/plumbing/electrical Work. The Floating Docks Must Be Removed, Stored, And Reinstalled In Approximately The Same Location With The Removal And Replacement Of The Timber Guide And Mooring Piles. The Fixed Docks Will Remain In Place With Only The Affected Portions To Be Removed, Modified, And Reinstalled. The Replacement Of All The Floating Docks (indicated On The Plans) Must Be Replaced With Aluminum Floating Docks And Are Identified As Option A Of The Project. This Stage Of Work Must Be Completed And Accepted By The Government Prior To Continuing To The Next Stage Of Work. the Second Stage Of Work Of The Project (option B) Must Include All Features Of Work Indicated In The Plans For Whitewater Bay From Station 7+29.37 To Station 13+75.80. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, Flowable Fill, And Extension Of The Outfall Pipe. The Work Must Also Include The Removal And Replacement Of The Associated Asphalt Sidewalks And The Mechanical/plumbing/electrical Work. The Floating Docks Must Be Removed, Stored, And Reinstalled In Approximately The Same Location With The Removal And Replacement Of The Timber Guide And Mooring Piles. The Fixed Docks Will Remain In Place With Only The Affected Portions To Be Removed, Modified, And Reinstalled. The Replacement Of All The Floating Docks (indicated On The Plans) Must Be Replaced With Aluminum Floating Docks And Are Identified As Option A Of The Project. This Stage Of Work Must Be Completed And Accepted By The Government Prior To Continuing To The Next Stage Of Work. the Third Stage Of Work For The Project (option C) Must Include All Features Of Work Indicated In The Plans For Florida Bay From Station 1+00 To Station 7+67.42. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, Flowable Fill, And Extension Of The Outfall Pipe. The Work Must Also Include The Removal And Replacement Of The Associated Asphalt Sidewalks And The Mechanical/plumbing/electrical Work. The Floating Docks Must Be Removed, Stored, And Reinstalled In Approximately The Same Location With The Removal And Replacement Of The Timber Guide And Mooring Piles. The Fixed Docks Will Remain In Place With Only The Affected Portions To Be Removed, Modified, And Reinstalled. The Replacement Of All The Floating Docks (indicated On The Plans) Must Be Replaced With Aluminum Floating Docks And Are Identified As Option A Of The Project. This Stage Of Work Must Be Completed And Accepted By The Government Prior To Continuing To The Next Stage Of Work. the Fourth Stage Of Work Of The Project (option D) Must Include All Features Of Work Indicated In The Plans For Visitor Center Bay From Station 1+00 To Station 6+86.31. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, Flowable Fill, And Extension Of The Outfall Pipe. The Work Must Also Include The Removal And Replacement Of The Concrete Sidewalk Near The Visitor Center Building. This Stage Of Work Must Be Completed And Accepted By The Government Prior To Continuing To The Next Stage Of Work. the Fifth Stage Of Work Of The Project (option E) Must Include All Features Of Work Indicatedin The Plans For Maintenance Marina Bay From Station 1+00 To Station 10+63.10. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, And Flowable Fill. The Placement Of The Wall Systems Must Not Extend Through The Structural Canopy In Maintenance Marina Bay. The Work Must Also Include The Removal And Replacement Of The Associated Asphalt Sidewalks And The Mechanical/plumbing/electrical Work. The Floating Docks Must Be Removed, Stored, And Reinstalled In Approximately The Same Location. rough Order Of Magnitude: $25,000,000 To $50,000,000 product Service Code: Z1pa - Maintenance Of Recreation Facilities (non-building) naics Code: The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 237990- Other Heavy And Civil Engineering Construction. small Business Size Standard: $45,000,000 submission Requirements: responses To This Sources Sought Shall Be Limited To 5 Pages And Shall Include The Following Information: company/contractor Name, Address, Point Of Contact, Phone Number And E-mail Address. company’s Interest In Bidding On The Subject Requirement When Issued. company’s Capability To Perform A Contract Of This Magnitude And Complexity (include Company’s Capability To Execute Comparable Work Performed Within The Past 10 Years). Company Should Provide At Least 3 Examples Which, At A Minimum, Include The Following: brief Description Of The Project customer Name customer Satisfaction timeliness Of Performance dollar Value Of The Completed Projects offeror Shall Identify Their Small Business Classification And Small Business Size: small Business small Disadvantage Business 8(a) Small Business hubzone sdvosb wosb if Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangement Include Joint Venture Information, If Applicable – Existing And Potential. bonding Capacity (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) Via Letter From The Bonding Company. notes: do Not Submit A Response To This Sources Sought If You Do Not Intend To Bid On This Project. do Not Submit Proprietary And/or Business Confidenital Data. submission Instructions: interested Parties Who Consider Themselves Qualified To Perform The Work Associated With The Subject Requirement, Are Invited To Submit A Response To This Sources Sought Notice No Later Than March 4, 2025, At 2:00 Pm, Edt. All Responses Under This Sources Sought Notice Shall Be Sent To Ireishal Adams At Ireishal.c.adams@usace.army.mil And I’sis Hill At Isis.s.hill7@usace.army.mil. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought Synopsis. you Must Be Registered In The System For Award Management (sam), In Order To Be Eligible To Receive An Award From Any Government Solicitation. To Register, Go To Www.sam.gov. For Additional Information Visit The Website For The Federal Service Desk (www.fsd.gov) Which Supports Sam Or Contact Them At 866-606-8220 For Assistance.
Contact
Tender Id
W912EP25Z0015Tender No
W912EP25Z0015Tender Authority
DEPT OF THE ARMY USA ViewPurchaser Address
-Website
http://beta.sam.gov