Skip to main content

An official website of the United States government

You have 2 new alerts

Caño Martin Peña Ecosystem Restoration Project

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jan 24, 2024 03:57 pm EST
  • Original Published Date: Nov 09, 2023 04:34 pm EST
  • Updated Response Date: Nov 09, 2024 04:00 pm EST
  • Original Response Date: Nov 29, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 24, 2024
  • Original Inactive Date: Dec 14, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    San Juan , PR 00901
    USA

Description

Notice ID: W51DQV-24-R-0007

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 Task Force Virgin Islands/Puerto Rico (VIPR) District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2024 award of the aforementioned project. The purpose of this synopsis is to gauge of 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. 

The proposed project will be a Firm Fixed Price (FFP) contract. The Task Force VIPR District anticipates the issuance of an Invitation for Bid (IFB). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested.

Description of the Project

The Caño Martin Peña Ecosystem Restoration Project includes the construction of an approximately 244 meters long paved channel in order to protect the foundations of the impacted bridges from scour associated with reestablishing flow through the Caño Martin Peña (to be completed as part of a later contract). The channel bottom and side slopes are to be constructed of riprap. The transition to the bulkhead-stabilized channel to the east (to be constructed as part of a later contract) requires construction of a bulkhead tie-back into the rip rap slope. Scour cutoff walls are required at the eastern and western ends of this project in order to prevent sedimentation of the paved channel. Prior to placement of the hardened structures, the channel will be excavated to remove sediment and debris. This work also includes, but is not limited to, clearing and grubbing, temporary construction crossings, material disposal areas, temporary traffic controls, demolition of abandoned structures, surface and ground water control, and all incidental related work. All work impacting public roads, and restricting public traffic is to comply with PRHTA Standard Specifications. Las Piedritas Site can be used as a staging area to place temporarily the excavated material.

The Estimated Magnitude of construction is between $25M-$100M. The contract will be Fully Funded for an FY24 award using cost shared funding.

The project will have an estimated period of performance of 792 calendar days after receipt of the Notice to Proceed (NTP)

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.

Anticipated solicitation issuance date is March 2024. The official Synopsis citing the solicitation number will be issued on the SAM.gov Contracting Opportunities Website: https://sam.gov.  

Responses to this Synopsis shall be limited to 5 pages and shall include the following information:

1. Company/Contractor name, address, point of contact, phone number, website and e-mail address.

2. Company’s interest in submitting a proposal in response to the forthcoming solicitation.

3. Company’s capability to perform work 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:

a. Brief description of the project  

b. Customer name 

c. Customer satisfaction 

d. Timeliness of performance 

e. Dollar value of the completed projects  

4. Prospective Offeror shall identify their Small Business classification and Small Business Size

_ Small Business

_ Small Disadvantage Business

_ 8(a) Small Business

_ HUB Zone

_ SDVOSB

_ WOSB

5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangement to include Joint Venture information, if applicable – existing and potential.

6. 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 SYNOPSIS IF YOU DO NOT INTEND TO PARTICIPATE IN THE SOLICITATION OF 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 29 November 2023 at 1:00PM, EST. All responses under this Sources Sought Notice shall be sent to Mr. Elton D. Thompson via email at elton.d.thompson@usace.army.mil. Please use the Notice ID: W51DQV-24-Z-0007 Sources Sought Notice as the Subject line.

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) 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 Information

Contracting Office Address

  • 383 FRANKLIN D ROOSEVELT AVENUE
  • SAN JUAN , PR 00918-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History