Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
MODIFICATION

Z -- ******MODIFICATION TO CHANGE THE CLASSIFICATION CODE FROM 10-WEAPONS TO Z- MAINTENANCE, REPAIR OR ALTERATION OF REAL PROPERTY******

Notice Date
1/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W9126G-15-S-0010
 
Response Due
2/6/2015
 
Archive Date
3/27/2015
 
Point of Contact
BERTRAM SCOTT, (409) 766-3940
 
E-Mail Address
USACE District, Galveston
(bertram.r.scott@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: This Sources Sought Modification removes quote mark clamshell quote mark and adds quote mark All levee rehabilitation work and/or placement operations for BUS quote mark J quote mark, Placement Areas 133, and 134 shall be performed between April 15, 2015 and October 1, 2015. quote mark for the environmental window. See Project Information area below, new POC and response date. The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORAMTION. The purpose of this sources sought announcement is to gain knowledge of interested, capable, and all qualified small businesses under the size standard for the NAICS Code 237990 (Heavy Construction) including but not limited to Small Business, 8(a) Small Business Development Program, Service Disabled Veteran Owned Small Business, and HubZone firms. To make appropriate acquisitions for the above project, the Government, will use responses to this sources sought announcement and possible future projects as determined to be in the best interest of the Government. The order of magnitude for this effort is estimated between $5,000,000 to $10,000,000. Note: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. Project Information: The work consists of performing maintenance pipeline dredging of the GIWW across Aransas Bay from sta 832+100 to sta 903+000. Schedule 1 includes dredging approximately 1,270,000 CY of material from the GIWW in Aransas Bay and reconstruction of an unconsolidated levee at placement area BU J (approximately 1,360 LF). BU J is confined and adjacent to the GIWW channel. All levee rehabilitation work and/or placement operations for BUS quote mark J quote mark, Placement Areas 133, and 134 shall be performed between April 15, 2015 and October 1, 2015. Option 1 includes dredging approximately 54,000 CY from the GIWW Lydia Ann channel. The placement area is open water and is adjacent to the channel.. Placement will be in beneficial use sites or open water. Levee work is required. The contractor will be required to provide Performance and Payment Bonds within (5) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the notice to Proceed. Completion time for Schedule No. 1 (approximately 1,270,000 CY) is 125 calendar days. Completion time for Option 1 (approximately 54,000 CY) is 20 calendar days. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount of $1,433.00 for each calendar day of delay until the work is completed or accepted. If you can meet all of the requirements for this project, please respond to this sources sought announcement by fax, e-mail, or mail to the attention of Bertram Scott, (409) 766-3940, Fax (409) 766-3010, Bertram.R.Scott@usace.army.mil, 2000 Fort Point Road, Galveston, Texas 77550. Responses must be received no later than 2pm., Central Standard Time, on February 6, 2015. The following information is requested: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management Registration at www.sam.gov ). 2. Name of firm w/address, phone, fax, e-mail address, and point of contact. 3. State if your company is a Small Business, SBA Certified 8(a) firm, HubZone Small Business, or Service Disabled Veteran-Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount). 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for Small Business, 8(a), HubZone Small Business, or Service Disabled Veteran-Owned Small Business. 6. Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in: Dredging experience in harbors and channels navigated by ocean-going vessels barges and a myriad of other watercraft, (b) Dredging experience with deep draft projects. The evaluation will consider overall experience. Provide the name of the vessel to be used and size. Provide documentation for your firm on past similar efforts as a prime contractor. 7. Submission Requirements: Firms submitting responses shall provide information on the most recent up to five projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Small Business shall be provided with this response. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. For technical questions, please contact: Ms. Leslie K. Olson 361-884-3385 x2217 Contracting Office Address: USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229 Place of Performance: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX 77553-1229 US Point of Contact(s): Bertram Scott, 409 766-3940
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-15-S-0010/listing.html)
 
Place of Performance
Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
 
Record
SN03624481-W 20150128/150126234326-d2b105f6f23b5cde18d44267da403a74 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.