Similar Projects
California Intersection Improvements
Infrastructure, Alteration
Conception
$1,480,000 est. value
Saint Lucie West, FL 34986

California Widening - City of Port Saint Lucie
Infrastructure
Conception
$3,700,000 est. value
Port Saint Lucie, FL 34986

Greco Lane Multi-Residential Development / Port St Lucie
New Construction, Infrastructure - 64,063 SF
Design
$13,400,000 CJ est. value
Port St Lucie, FL 34953

Greco Lane Multi-Residential Development / Port St Lucie
New Construction, Infrastructure - 64,063 SF
Design
$13,400,000 CJ est. value
Port St Lucie, FL 34953

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Silicone Joint Sealer
Infrastructure
Results

Interchange Improvement - SR-9/I-95
Infrastructure
Results
$2,287,970 est. value
FL

RFP D/B - Design and Construction of Zone 3 - WEG HQ/Maintenance Hangar and Apron Facilities
New Construction, Infrastructure - 211,419 SF
Construction
$195,651,603 CJ est. value
Tyndall AFB, FL 32403

Wylder Communities / Port Saint Lucie - Master Plan
New Construction, Infrastructure
Construction
$200,000,000 CJ est. value
Fort Pierce, FL 34981

Speedway #1551 / Port Saint Lucie
New Construction, Infrastructure
Pending Verification
$1,500,000 CJ est. value
Port St Lucie, FL 34953

Speedway #1551 / Port Saint Lucie
New Construction, Infrastructure
Pending Verification
$1,500,000 CJ est. value
Port St Lucie, FL 34953

Bayshore & Lakehurst Signalization - City of Port St. Lucie
Infrastructure
Conception
$800,000 CJ est. value
Port Saint Lucie, FL 34983

Bluekey / City of Port Saint Lucie
New Construction, Infrastructure
Design
$5,000,000 CJ est. value
Port St Lucie, FL 34953

Design Criteria Package for the Police Training Facility - City of St. Lucie
New Construction, Infrastructure
Post-Bid
$2,000,000 CJ est. value
Port St Lucie, FL 34953

Reported 07/24/2023 12:00 AM
Project Title

RFQ Contractor - Indian River Lagoon South (IRL-S) C-23/C-24 North Reservoir S-425/S-426 Contract 4A

Physical Address View project details and contacts
City, State (County) Port St Lucie, FL 34953   (Saint Lucie County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Maintenance, Paving/Reconstruction, Shoreline/Erosion/Drainage, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Bidding, Accepting Qualifications,
Bids Due View project details and contacts
Estimated Value $500,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Indian River Lagoon South (IRL-S) C-23/C-24 North Reservoir S-425/S-426 Contract 4A This 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 PROPOSALS 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 seeks interest from prospective offerors for a potential fiscal year (FY) 2024 award of the aforementioned project. The purpose of this synopsis is to gauge the interest, capabilities and qualification of various member of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. This notice, which requests information pertaining to contractor capabilities, does not constitute a request for proposal and response to this notice is purely voluntary. The Jacksonville District anticipates the issuance of a Request for Proposal (RFP) and the proposed project will be awarded as Firm Fixed Price (FFP) contract. No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The Jacksonville District seeks interested and capable offerors for work involving a portion of the C-23/C-24 North Reservoir including an access road, earthen embankment, pump station, afterbay, discharge culvert and drainage canal and culverts in St. Lucie County adjacent to the C-24 Canal, within the northwestern portion of the C-24 drainage basin. The project is bounded by the C-24 Canal on the east, State Road 70 on the south, and a mix of wetlands, agricultural lands, and livestock grazing lands that have sparsely distributed residents along the northern, southern, and western boundaries. The project area is approximately 150 acres. The embankment length is about one mile, and the embankment height is approximately 29 feet above the average existing elevation. The C-23/C-24 North Reservoir is designed to hold 32,612 ac-ft of water at Normal Full Storage Level when fully constructed. The Normal Full Storage Level is EL. 38.5 feet North American Vertical Datum of 1988 (NAVD88). The embankment crest is EL. 51.0 feet NAVD88. The embankment is earth fill with a soil cement bentonite cutoff wall. Soil cement is used on the interior slope to provide against soil erosion. The embankment contains a blanket drain with a two-stage filter at the seepage collection pipe. The work includes construction of a project access road from SR70. There is property between the embankment and the C-24 canal that can be used for staging. The work includes construction of the following major structures. One seven-foot diameter HDPE sag culvert. This structure is encased in concrete under the embankment, runs under the perpendicular C-24 canal, and connects to an existing pipe at the C-23/C-24 STA on the east side of the canal. One pump station with 650 cfs total capacity with associated intake canal from the C-24 canal. One afterbay berm of approximate length of 1,800 feet constructed of soil and capped with soil cement to provide water level control for the pump station and discharge to the sag culvert. Construction of approximately 5,070 feet of embankment and 2,600 feet of outer berm including a blanket drain, cutoff wall, toe swale, perimeter road, and seepage canal. One drainage canal along the southern property line with four culverts for drainage to the C-24 canal. Construction of one limerock access road from State Road 70 to the location of the pump station. In accordance with DFARS 236.204, the estimated magnitude of construction is between $250,000,000 - $500,000,000. The subject project has a total estimated period of performance of 1,500 calendar days from the date of Notice to Proceed. The contractor shall commence work within 60 calendar days of receipt of the Notice to Proceed (NTP). Said completion time is inclusive of commencement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $45 million. Each firm's submission shall be limited to 8 pages and shall include the following information and as well as responses to the provided questions: 1. Firm's name, address, point of contact, phone number, website, and email address. 2. Firm's interest in submitting a proposal on the solicitation when advertised. 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 10 years from the date of this Sources Sought. Firm should provide at least two examples which, at a minimum, include the following: Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project Emphasis should be on projects that included similar earthwork requirements. 4. Firm's responses to the Technical Questions within this Sources Sought Synopsis. 5. Firm shall identify their Small Business classification and Small Business Size. Small Business, Small Disadvantage Business 8(a) Small Business SDVOSB WOSB 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. 6. 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. 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Technical Questions: What methods would you use to construct the seven-foot diameter HDPE sag culvert underneath the C-24 canal in the wet Have you constructed any cutoff walls in central or south Florida Do you see any specific challenges to construct the soil cement bentonite cutoff wall Do you anticipate problems with placement of soil cement over the geocomposite drainage layer How do you plan to stage construction and protect embankment left exposed What capabilities do you have for processing soil material How would you manage site drainage to facilitate foundation preparation and embankment construction during the wet season How would you approach control of surface water or groundwater in this contract over the long term Will protection of the sand filter present any logistical issues for the cutoff wall construction How will you protect the sand filter from vehicles tracking in unsuitable soil Do you believe the period of performance is reasonable Do you anticipate supply chain issues How will you adequately supply labor for the project Please be advised that the contractor must be able to provide as-builts of the finished work acceptable to the Government. All responses to this Source Sought Synopsis 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 CONFIDENITAL DATA. To be considered small for the purposes of this Government procurement, a firm must perform WORK with its own PERSONNEL, equipment or equipment owned by another Small Business concern, at least 30 percent of the volume dredged. 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 27 July 2023 at 12:00PM, Local Time. All responses under this Sources Sought Notice shall be sent to Mr. Timothy Humphrey via email at timothy.g.humphrey@usace.army.mil and Ms. Tedra Thompson at tedra.n.thompson@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. The Method of Contractor Selection has not been determined at this Time.

Details

Division 31 - Earthwork, Erosion and Sedimentation Controls.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Storm Drainage Utilities, Ponds and Reservoirs.
Division 34 - Transportation, Operation and Maintenance of Transportation.
Division 35 - Waterway and Marine Construction, Shoreline Protection, Waterway Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents