Similar Projects
Gulf Beach Pump Station Upgrades - 002150A - Pinellas County
New Construction, Infrastructure
Conception
$6,500,000 CJ est. value
Avon Park, FL 33825

K15 Area Plan Phase 2 - City of Derby
Infrastructure
Conception
$6,799,131 CJ est. value
Avon Park, FL 33825

South 19 Avenue Aparments
New Construction, Infrastructure - 13,120 SF
Design
$6,800,000 CJ est. value
Hollywood, FL 33020

Audible Pedestrian Signals (APS) Pushbutton Contract
Infrastructure
Bidding
$500,000 CJ est. value
Avon Park, FL 33825

FBO/Terminal Apron Rehabilitation
Infrastructure, Renovation
Post-Bid
$100,000 CJ est. value
Avon Park, FL 33825

RFP - SR 700 (US 98) From E of Floral Dr to N of Bridge 090032
Infrastructure
Post-Bid
$7,801,647 CJ est. value
Avon Park, FL 33825

Memorial Drive Ditch Culvert Extension
Infrastructure
Results
Sebring, FL 33870

Perimeter Canal Maintenance Clearing Projects
Infrastructure
Results
Sebring, FL 33870

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

RFQ Contractors - Abandoned Artesian Well Plugging
Infrastructure
Post-Bid
$500,000 CJ est. value
Avon Park, FL 33825

Caliber Car Wash / Sebring
Demolition, Build-out, Infrastructure - 3,770 SF
Post-Bid
$1,200,000 CJ est. value
Sebring, FL 33872

Lake June Park Phase II, Construction of Second Phase of Parking and Park Roadway System
Infrastructure
Post-Bid
$680,000 CJ est. value
Lake Placid, FL 33852

RFP - Construction Manager at Risk for Fire Rescue Facility(ies)
New Construction, Infrastructure
Post-Bid
$1,120,000 CJ est. value
Sebring, FL 33870

RFP Engineering - SR 683 at University Parkway
Infrastructure
Post-Bid
$1,502,478 CJ est. value
Avon Park, FL 33825

RFP Engineering - RRR at SR-70 from Ideal Holding Road to S Rock Road
Infrastructure
Post-Bid
$9,106,903 CJ est. value
Lake Placid, FL 33852

Last Updated 04/06/2023 09:03 AM
Project Title

RFQ Contractor - Kissimmee River Restoration (KRR) Project - Navigational Warning Signage

Physical Address View project details and contacts
City, State (County) Lake Placid, FL 33852   (Highlands County)
Category(s) Heavy and Highway
Sub-Category(s) Shoreline/Erosion/Drainage, Site Development
Contracting Method Competitive Bids
Project Status Feasibility Study, Request for Qualifications, Construction start expected October 2023
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of April 6, 2023, information regarding the award and award date has not been disclosed. A firm timeline for construction has not been established. *The closed solicitation has been included below for reference: Update: 9/19/2022 Purpose: Attached image of the Kissimmee River and S-69 Weir Structure taken in 2021 during the Wet Season. ------------------------------------------------------------------------------------------------------ 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 U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to gauge the interest, capabilities and qualifications of various members 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 requirement is for the potential fiscal year (FY) 2023 award of the construction of the Navigational Warning Signage as a part of the KRR Reach 2 Backfill, Reach 3 Backfill, and S-69 Weir Projects. The Navigational Warning Signage contract includes navigational aids designed to help maintain navigation on the Kissimmee River and provide warning to boaters at the completed construction components for the KRR Project areas. There is no solicitation at this time. This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville Districts 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. Project Description: The Kissimmee River Restoration (KRR) Navigational Warning Signage Project consists of the relocation and installation of one existing safety barrier and two warning signs, removal of two existing timber piles, removal of three existing safety barriers, removal of one existing turbidity curtain, construction of five warning signs and two pedestrian warning signs along the S-69 Weir Structure, and construction of twenty-two navigational waterway signs along the Kissimmee River for navigational channel markers and warning features within the C-38 Canal, Reach 2 Backfill, Reach 2 Backfill, and S-69 Weir Canal Backfill project areas. The project work includes all incidental related work to construct each navigational sign, warning sign, and pedestrian warning sign. The navigational aids are intended to help maintain the authorized federal navigation on the Kissimmee River by providing warning and safety features at completed construction components of KRR project areas. Specific Project Challenges: There is no direct vehicular access by land to the project areas. Majority of the work will require to be constructed by barge (or other equipment) and within the Kissimmee River and or C-38 Canal. Navigational signs must meet all federal and state regulatory guidelines for aids to navigations and waterway markers in Florida waters and in accordace with Florida Administration Code 68D-23. The construction contractor will be responsible for obtaining the required permits prior and upon completion of each navigational sign. The contractor will provide as-builts of the finished work acceptable to the Government. The Estimated Magnitude of construction is between $250,000 and $500,000. The estimated period of performance is 90 calendar days from receipt of the date of Notice to Proceed. 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 $39.5 million. Firm's response to this Synopsis shall be limited to 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 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 (1) construction of project features from a barge or other equipment (2) construction of timber piles from a barge (3) construction of signs (4) construction of safety barriers (5). 4. 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. 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. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 7. Firm's responses to the following technical questions: What methods and type of construction equipment would your firm use to construct navigational signs within the Kissimmee River Has your firm constructed any navigational signs within south Florida (and in accordance with F.A.C. Chapter 68D-23) Does your firm see any specific challenges to construct or navigate within the Kissimmee River Does your firm anticipate problems with installation of timber piles by barge and or within the channel bottom How will your firm address obstacles (i.e., debris , trees, shollowing, etc.) while navigating along the Kissimmee River Does your firm believe the period of performance is reasonable Does your firm anticipate supply chain issues How will your firm adequately supply labor for the project All responses to this Source Sought Synopsis will be evaluated and used in determining acquisition strategy. NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL 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 Synopsis by no later than October 18, 2022 at 2:00PM, EST. All responses under this Sources Sought shall be sent to James Tracy via email at james.t.tracy@usace.army.mil, Isis Hill at isis.s.hill@usace.army.mil and Dewayne Sparks at dewayne.a.sparks@usace.army.mil. Prior Government contract work is not required for submitting a response under this Sources Sought. 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. 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. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 31 - Earthwork, Erosion and Sedimentation Controls.
Division 33 - Utilities, Storm Drainage Utilities, Ponds and Reservoirs.
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