Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
SOURCES SOUGHT

Z -- USACE Galveston District - Houston Ship Channel - Replacement of Spill Boxes and Outfall Pipes at Spilman Placement Area, Harris County, TX

Notice Date
3/20/2015
 
Notice Type
Sources Sought
 
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-0021
 
Response Due
3/31/2015
 
Archive Date
5/19/2015
 
Point of Contact
Traci Robicheaux, 4097666306
 
E-Mail Address
USACE District, Galveston
(traci.d.robicheaux@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For Houston Ship Channel, Spilman Placement Area Spill Box Replacement, Harris County, TX Sources Sought No. W9126G-15-S-0021 This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. 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 - Galveston has been tasked to solicit for and award a project/procurement for Houston Ship Channel, Removal and Replacement of both spill boxes and outfall pipes at Spilman Placement area, Harris County, TX. Work will consist of excavating existing structures and pipes, fabrication, and installation of new structures. Order of work may be implemented due to other dredging contractors on site. Proposed project will be a competitive, fixed price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. Construction -Removal and Replacement of both spill boxes and outfall pipes at Spilman Placement area. Work will consist of excavating existing structures and pipes, fabrication, and installation of new structures. Order of work may be implemented due to other dredging contractors on site. 2. Estimated construction range $1,000,000.00 and $5,000,000.00. 3. NAICS Code 237990, Other Heavy and Civil Engineering Construction 4. SB Size Standard, $33.5M 5. FSC Code - Z2KF 6. Bonding Requirements - The Contractor shall 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. 7. Completion Time for this project is estimated at 120 calendar days after acknowledgement of the Notice to Proceed. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 15 May 2015, and the estimated proposal due date will be on or about 15 Jun 2015. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 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 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) 5. Firm's Joint Venture information if applicable - existing 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. For technical questions, please contact, Sarah Xie-DeSoto at (409) 766-3172 or e-mail sarah.h.xie-desoto@usace.army.mil. 8. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Interested Firm's shall respond to this Sources Sought Synopsis no later than 10:00 a.m. Central Daylight Time (CDT), 31 Mar 2015. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Traci D. Robicheaux, Galveston, 2000 Fort Point Road, Galveston, TX 77550-1229, 409-766-6306, traci.d.robicheaux@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-15-S-0021/listing.html)
 
Place of Performance
Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
 
Record
SN03675035-W 20150322/150320235319-b4f8207a027106a12184b8983b8a4889 (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.