Marine Corps Support Facility- Blount Island, Concrete Sill Removal, Duval County, Florida
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
A Pre-Proposal Conference will be held on THURSDAY, 18 JULY 2019 FROM 10:00AM - 11:00AM. The call-in number is: 877-402-9753, the ACCESS CODE is: 6546236, and the SECURITY CODE is: 2873. It is requested that an email be sent to william.j.wallace@usace.army.mil to confirm attendance by your organization.
DESCRIPTION OF WORK:
The work of the removal of a submerged concrete sill located at the US Marine Corps Support Facility - Blount Island (MCSF-BI). The sill is heavily reinforced with rebar. The sill is located at station 7+00 in the MCSF-BI slipway and is 32.6 feet wide by 426.5 feet long and approximately 14.5 feet deep. The concrete sill was constructed on top of rock at approximately -52 feet Mean Lower Low Water (MLLW). The crest elevation of the concrete sill is -37.6 feet MLLW. A substantial portion of the concrete sill is to be removed (9.4 feet) resulting in a maximum crest elevation of -47 feet MLLW. Sediments may need to be cleared around the concrete sill to allow access to the structure, and this material may be disposed in the Dayson Island (D/A-D) Dredge Material Placement Facility (DMPF) which is approximately 2.7 miles from the concrete sill location or in another manner in accordance with Section 35 20 23 DREDGING. All concrete and reinforcement bars from the sill and any insitu rock removed from the slipway shall be disposed of at on off-site location and shall not be placed into D/A-D. Safe navigation in and out of MCSF-BI shall be maintained throughout removal of the concrete sill operations. The Contractor shall use a diamond wire saw to cut out the submerged concrete sill. Blasting is prohibited.
The anticipated Period of Performance is 285 calendar days from issuance of Notice to Proceed.
PROPOSAL REQUIREMENTS:
The Invitation for Bid (IFB) will be issued on or about 1 July 2019 and bids will be due on or about 15 August 2019.
NAICS Code 237990, size standard $27.5 million.
Magnitude of construction is between $17,000,000.00 and $23,000,000.00.
THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE.
The IFB will be issued in electronic format only and will be posted on the Federal Business Opportunities website (Fed Biz Opps) at https://www.fbo.gov. In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to 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/.