BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work for a civil project in Miami, Florida. Completed plans call for site work for a bridge / tunnel; and water / sewer project.

Update: Prequalified Sources List has been posted as an attachment to this notice on 8/16/2022 ************************************************************************************************************************************************* Update: Pre-Qualification Site-visit attendance sign-in sheet for Friday, July 8, 2022, has been posted as an attachment to this notice on 7/13/2022. ************************************************************************************************************************************************** Prequalification of Sources Central Everglades Planning Project (CEPP), South Contract 1, L-67A Structures (S-631, S-632, and S-633) Spoil Pile Removal and Agricultural Ditch Backfill, Miami-Dade County, Florida United States Army Corps of Engineers, Jacksonville District ANNOUNCEMENT This is a PREQUALIFICATION OF SOURCES announcement, issued in accordance with DFARS 236.272 and the U.S. Army Corps of Engineers Acquisition Instruction (UAI) 5136.272. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Respondents will be notified of the results of the prequalification process. SITE VISIT An organized site visit has been scheduled for Friday, July 8, 2022. Participants should contact the USACE POC, Mr. Christopher Rego, at (904) 304-5364 or christopher.m.rego@usace.army.mil on or before Wednesday, July 6, 2022, to receive final details, to include the time and meeting location. Failure to contact the identified POC before the required date/time may result in your company being ineligible to attend the site visit. The site visit engineer shall provide notes and the sign in roster to be posted to the GPE after the conclusion of the site visit. SCOPE OF WORK The U.S. Army Corps of Engineers (USACE), Jacksonville District is seeking to create a Prequalified Sources List (PSL) for the Central Everglades Planning Project (CEPP), South Contract 1, L-67A Structures (S-631, S-632, and S-633) Spoil Pile Removal and Agricultural Ditch Backfill, located in Miami-Dade County, Florida. The L-67A Structures Project consists of construction of three cast-in-place, reinforced concrete, double barrel, gated, cast-in-place, water control structures. The construction will require installation and removal of earthen and steel sheet pile water exclusion cofferdams, excavation of the existing levee, and required excavation for the structure foundation. Each structure has a rated flow capacity of 500 cubic feet per second at 0.5 feet of head differential. The project also includes degrading and processing 15 existing spoil mounds along the L-67A canal, and restoration efforts within a one-mile long existing Agricultural Ditch. The work along the Agricultural Ditch will require the use of amphibious earthwork construction equipment and hydraulic pumping equipment. The objective of the PSL is to identify and select responding firms that demonstrate the capacity and capability to successfully perform the work required for the subject project. Information from subcontractors can be submitted in response to this announcement, but the prime contractor will be required to perform the majority of the work for this project. Identifying and selecting prequalified sources will be based solely on the responding firm's ability to meet the specific criteria that assess the firm's bonding capability, previous experience completing construction of reinforced concrete water control structures, earthen and steel sheet pile cofferdams, levee construction, and earthwork operations using amphibious equipment, and past performance. The selection process will be objective in that responding firms either meet or fail to meet the criteria. Failure to meet any one of the criteria will result in non-selection. The criteria ensure selection of clearly qualified contractors with experience and capability relevant to the requirement, provide competition, and minimize subjectivity in USACE's assessment. The PSL will be used to solicit one firm-fixed price construction contract with a magnitude of construction between $50,000,000 and $100,000,000 using FAR Part 15 procedures (i.e., Contracting by Negotiation). The North American Industry Classification System (NAICS) code for procurement using the Prequalified Sources List is 237990, Other Heavy and Civil Construction, which has a small business size standard of $39.5M. BONDING REQUIREMENTS Performance and payment bonds shall be provided for a contract awarded under the PSL. Typically, Notice to Proceed (NTP) will not be issued until after the successful offeror provides sufficient bonding. QUALIFICATION REQUIREMENTS To be considered qualified for the PSL, firms must meet the following minimum requirements: 1. Experience: Furnish documentation utilizing the attached Company Specialized Experience Form showing that your firm has completed three projects within the last 10 years that encompass the following: a. Constructing new levee embankments with a minimum of six feet in height and 500 feet in length. b. Constructing gated, cast-in-place, reinforced concrete, water control structures with a barrel size of no less than four feet by four feet. c. Earthwork construction that required the use of amphibious equipment to excavate and place materials. d. Constructing earthen or steel sheet pile water exclusion cofferdams to facilitate excavation dewatering. The difference in water level across the cofferdam must be a minimum of five feet. It is not required that all experiences be shown on the same project. At least three projects must be shown to describe each of the four minimum experience requirements. Therefore, up to 12 projects may be included in the response. Note the page limitation of 25 pages for this information. Each project should have a value of at least $2,000,000. Relevant experience includes hauling/placement and compaction of soil material, hauling/placement of aggregate material, hauling/placement of rip rap material, placement of geotextile/geogrid, sheet pile construction, seeding, haul material, haul road construction, marine construction, earthwork construction requiring the use of amphibious equipment, and/or mass cut/fill operations requiring grading of material. 2. Past Performance: Information that demonstrates satisfactory ratings by the client for each of the projects cited in Experience above that indicates a recommendation to use the contractor for this project. A completed Past Performance Questionnaire, CPARS evaluation, or equivalent from the client meets this requirement. The firm's self-assessment of its own performance is not requested and will not be substituted for the client's assessment. Additional past performance information from other contracts that represents a risk to future satisfactory performance may be considered by the qualification authority. This information could include contract terminations, safety violations, cure notices, tax delinquencies, non-compliance with subcontracting plans, non-compliance with labor laws, assessment of liquidated damages, and adversarial management practices or behaviors as viewed by the client. The USACE may consider past performance information from any source it deems relevant. 3. Bonding: A firm must be bondable to the magnitude of construction listed for this project. SOLICITATION PROCESS 1. USACE will provide all firms who respond to this announcement notification of its inclusion or non-inclusion in the PSL. Notification will be sent via e-mail to the firm's designated e-mail address. The contracting officer will endeavor, but is not required, to provide the notice to PSL firms at least 3 days prior to issuing the solicitation. 2. The solicitation will be posted to a secure government point of entry, the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. Only firms in the PSL will receive a copy of the solicitation. Amendments to the solicitation will be posted to the same forum as the original solicitation. 3. Solicitations will reflect the proposal due date and time and how to submit a proposal through the PIEE Solicitation Module. 4. The award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the following evaluation factor: Price. 5. Upon identification of the apparent low offer, the proposal will be reviewed for conformity to the solicitation requirements and contractor responsibility must be considered. After an affirmative determination of contractor responsibility and price reasonableness, USACE will proceed with contract award. 6. The award notice will be made available to the entire PSL via e-mail. Firms or entities outside of the PSL will not be provided individual award notices. However, the award information (company name, address, and total amount) for a federal contract will be released publicly on SAM.gov. REQUESTS FOR INFORMATION Interested parties shall submit questions concerning this announcement via Bidder Inquiry in ProjNet at www.projnet.org/projnet. 1. To submit and review inquiry items, interested parties will need to be a current registered user or self- register in the system. To self-register, go to the aforementioned web page and click on the BID tab, select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this announcement (listed below), your email address, and then click . Verify all information on the next screen is correct and click . 2. From this page, you may view all bidder inquiries or add an inquiry. 3. Interested parties will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by USACE Technical Review Team. 4. The Special Notice number is: W912EP22Z0028 5. The Bidder Inquiry key is: PEKRPW-76A62J 6. Interested Parties are requested to review the Bidder Inquiry System for answer to questions prior to submission of a new inquiry. 7. The Bidder Inquiry call center can be contacted with questions concerning the use of Bidder Inquiry. The call center operates weekdays from 8am to 5pm Central time. The telephone number for the call center is 800-4289-HELP. RESPONSES Interested firms shall respond to this Prequalification of Sources announcement no later than 18 July 2022 at 2:00 PM Eastern Daylight Time (EDT) to be eligible for consideration for the upcoming solicitation. All interested firms must be actively registered at www.SAM.gov to be eligible for award of federal contracts. Email your electronic response to James Tracy at james.t.tracy@usace.army.mil and courtesy copy Dewayne Sparks at dewayne.a.sparks@usace.army.mil. Responses to this Prequalification of Sources announcement shall not exceed 12MB and shall contain: 1. Experience: Narrative identifying the required experience stated in Paragraph 1 of QUALIFICATION REQUIREMENTS, performed within the last 10 years. Narrative must be in sufficient detail to determine the type of work, location, timeframe, value, quantities, client, and whether it was a prime contract or subcontract. If your firm was a subcontractor, the value and quantities stated should be those of the subcontract, not the entire contract. Do not submit projects completed by teaming partners or planned subcontractors unless there is an approved joint venture or mentor-protege agreement. Narrative attachments shall be returned in a searchable Adobe PDF. Page Limitation: 25 pages. Minimum font size: 11 point. 2. Past Performance: Information that demonstrates satisfactory ratings by the client for all projects cited for Experience. The information should indicate the client's recommendation of the firm for future projects. A CPARS evaluation or its equivalent from the client would meet this requirement. If no rating exists, submit the attached Past Performance Questionnaire (PPQ) completed by the client. The name, address, phone, and e-mail of the client must be included in the submission. Information submitted by the firm regarding its own assessment of Past Performance will be disregarded. Page Limitation: None. Minimum font size: 11 point. 3. Bonding: A current letter documenting bonding capacity for the magnitude of construction listed for this project. Page Limitation: 1 page. 4. Designated E-mail: Designate a single e-mail address from your firm to be utilized for the solicitation notice, solicitation posting, amendments, and award notice under this PSL. It is recommended that this e-mail not be tied to any single person. The e-mail account must be able to receive e-mails of 10MB file size. If multiple e-mail addresses are provided, only the first e-mail address will be utilized. 5. Certifications: Certification by the principal of the firm regarding: a. CAGE code, eligibility for federal contract awards, and active registration in SAM. b. Business Classification: Certify your business's size standard under NAICS 237990 with a $36.5 million size standard. Include any other small business representations as well. In the event of a conflict with what is certified and what is in SAM, representations from SAM will be utilized by USACE. c. Accuracy and Completeness: Certify that all information contained in the response is accurate and complete. Experience, Past Performance, and Bonding will be evaluated for purposes of meeting prequalification standards. Designated E-mail and Certifications are not prequalification standards that are passed or failed but will affect notification and eligibility for solicitations under the PSL. Attachments: Company Specialized Experience Form Past Performance Questionnaire Login at https://piee.eb.mil and search for 'W912EP22R0011' to obtain more details.* *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.

Post-Bid

Water / Sewer

$100,000,000.00

Public - Federal

Our team is requesting plans for this project.

Subscribe For Documents

22 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
252
Active Projects
124
Bidding Soon
1,776
All Active Projects
775
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

September 20, 2022

November 21, 2022

November 20, 2025

img_map_placeholder

Multiple Locations, Miami, FL


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.