SOURCES SOUGHT
Z -- Gulf Intracoastal Waterway, Texas, Freeport Harbor to Caney Creek and Colorado River to Upper Matagorda Bay in Brazoria, Matagorda and Calhoun Counties, Texas, Pipeline Dredging.
- Notice Date
- 7/10/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-15-S-0037
- Response Due
- 7/20/2015
- Archive Date
- 9/8/2015
- Point of Contact
- Lucille Smith, 409 766-3845
- E-Mail Address
-
USACE District, Fort Worth
(lucille.r.smith@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 including but not limited to Small Business, 8(a) Small Business Development Program, Service Disabled Veteran Owned Small Business, and Hubzone firms. The North American Industry Classification System (NAICS) Code 237990; Size Standard $27.5 million. All contractors doing business with the Federal Government must be registered in the System For Award Management (SAM), to receive a government contract. The website for registration is https://www.sam.gov. 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: This action requires the contractor to perform maintenance dredging within several shallow-draft navigation channels along the Texas Coast, including: sections of the Gulf Intracoastal Waterway (GIWW) between Freeport and Matagorda Bay, the Channel to Palacios, the Channel to Port Lavaca, and the Port Lavaca Harbor of Refuge channel. Dredged material disposal will include: upland confined, semi-confined, surf-zone placement and open-water. Schedule No. 1 includes maintenance dredging the following sections of GIWW: Freeport Harbor to Brazos River Floodgates, intersection of Caney Creek and GIWW, Colorado River Crossing, Colorado River West Lock to East Matagorda Bay, East Matagorda Bay to Matagorda Natural Bay Bottom Route, and the Channel to Palacios with an estimated quantity of 1,800,000 cubic yards. Schedule 1 placement areas include upland confined, semi-confined, surf-zone placement and open water placement. Option No. 1 includes maintenance dredging portions of the Channel to Port Lavaca and Port Lavaca Harbor of Refuge Channel with an estimated quantity of 900,000 cubic yards. Option 1 placement areas are all open water/unconfined. Option No. 2 includes maintenance dredging within the Channel to Port Lavaca with an estimated quantity of 900,000 cubic yards. Option 2 placement areas are all open water/unconfined. The estimated award date for this solicitation is September 15, 2015. The contractor will be required to provide Performance and Payment Bonds within (5) calendar days after award. The contractor shall begin dredging within (10) calendar days after acknowledgement of the Notice to Proceed. The performance period for Schedule No. 1 is 230 calendar days; Option No. 1 is 70 calendar days and Option No. 2 is 60 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 $1,077.00 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 Lucille Smith, (409) 766-3845, Fax (409) 766-3010, lucille.r.smith@usace.army.mil, 2000 Fort Point Road, Galveston, Texas 77550. Responses must be received no later than 11:00 AM. Central Standard Time, on July 20, 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 (SAM)). 2.Name of firm w/address, phone, fax, e-mail address, and point of contact. 3.State if your company is an 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 8(a), Hubzone Small Business, Service Disabled Veteran-Owned Small Business. 6.Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in: (a) pipeline dredging experience in harbors and channels navigated by ocean-going vessels, barges, and a myriad of other watercraft, (b) Dredging experience with shallow draft projects. The evaluation will consider overall experience. Provide the name of the pipeline dredge 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. Terri Carlson at (409)766-3176 or Mr. Cliff Dominey at (409) 766-6319.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-15-S-0037/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN03793313-W 20150712/150710235325-2bba896508eac248aef291881248e5c6 (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 |