Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2015 FBO #5130
SOURCES SOUGHT

Z -- GIWW-Galveston Causeway TXDOT Debris Mechanical Dredging, Galveston County, TX

Notice Date
12/8/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, Texas, 77553-1229, United States
 
ZIP Code
77553-1229
 
Solicitation Number
W9126G-16-S-0009
 
Archive Date
1/2/2016
 
Point of Contact
Traci Robicheaux, Phone: 409 766 6306, Maria E Rodriguez, Phone: (409)766-6331
 
E-Mail Address
traci.d.robicheaux@usace.army.mil, maria.e.rodriguez@usace.army.mil
(traci.d.robicheaux@usace.army.mil, maria.e.rodriguez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For GIWW - Galveston Causeway Texas Department of Transportation (TXDOT) Debris Mechanical Dredging, Galveston County, TX Sources Sought No. W9126G-16-S-0009 NOTICE THIS SOURCES SOUGHT IS A REVISION TO THE ORIGINAL SOURCES SOUGHT FOR THIS PROJECT THAT WAS ISSUED UNDER W9126G-15-S-0028, POSTED 28 MAY 2015. THE PROJECT HAS CHANGED FROM A DEBRIS REMOVAL CONSTRUCTION PROCUREMENT TO A MECHANICAL DREDGING DEBRIS REMOVAL PROCUREMENT 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 GIWW Galveston Causeway Texas Department of Transportation (TXDOT) Debris Mechanical Dredging, Galveston County, TX. Requires mechanical dredging, demolition and debris removal of remnant bridge structures within and adjacent to GIWW, vicinity of Galveston Causeway and Railroad bridges. 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. The following activities are anticipated under this contract, including: mechanical dredging of sediment and debris, underwater demolition of existing structures, multi- and single-beam hydrographic surveying, screening of sediment from debris, diving and underwater rigging operations, intermodal (marine and land-based) transport of debris to an approved disposal facility, and extensive coordination with barge industry and U.S. Coast Guard. Project requires mechanical dredging of the Gulf Intracoastal Waterway (GIWW) navigation channel between the Galveston Causeway and Railroad Bridge, Galveston County, TX and additional areas immediately adjacent to the GIWW. The dredging includes removal of sediment, removal of remnant navigation-span piers, fenders, pilings, and associated debris to a clearance depth of -20 feet Mean Low Tide (MLT). The contractor should expect to encounter mixed sediments, hard objects that could consist of concrete pieces in excess of 30 tons, concrete rubble piles and timber pilings from previously demolished fender systems, timber debris, steel, cables, and other unknown debris or structures not specifically identified in this solicitation. Contractors should expect to remove approximately 500 to 1,000 tons of material. Contractors should expect to conduct underwater demolition of existing structures and large concrete pieces prior to removal by mechanical dredging. The use of explosives is not permitted. The Contractor should expect the objects and debris to be buried to some extent within sediment, in which jetting, scouring, or other acceptable method may be required during the dredging and debris removal process. All dredged materials shall be screened to separate dredged sediment from debris material using a screening device. Screened debris shall be removed and placed onshore, as specified, and shall become the property of the Contractor and shall be transported to approved locations off-site and disposed in accordance with Federal, State, and local requirements. The Contractor should expect to encounter creosote-treated timber piles during removal operations. No disposal or storage site will be furnished by the Government. All non-hazardous waste debris shall be removed from the work site and disposed at an approved offsite Construction & Demolition (C&D) landfill determined by the Contractor. All structures, debris and other non-sediment material must be removed to a clearance depth of -20 feet Mean Low Tide (MLT). The contractor will be required to remove all dredged material (sediment and debris) to a depth of -20 feet MLT. Each work area must be cleared through multi-beam hydrographic surveys to ensure that no sediment and/or debris is present above -20 feet MLT. All sediment removed during dredging operations is required to be screened; separating the sediment from debris. After work areas are cleared and approved, the screened sediment shall be backfilled into the excavated holes within the work area limits to an elevation no higher than -16 feet MLT. The backfilled sediment shall not contain any object greater than 4 inches in any dimension. The remaining debris, which was screened from the sediment, will be required to be transported to an approved off-site location and disposed in accordance with Federal, State, and local requirements. The contract shall ensure that a minimum depth of -12 feet MLT is provided for commercial navigation within the limits the Gulf Intracoastal Waterway while the channel is open for navigation. The contractor may choose to coordinate closures and re-openings of the GIWW with the U.S. Coast Guard to facilitate dredging and debris removal operations. However, the contractor must ensure that -12 feet MLT is provided to within the limits of the GIWW prior to re-opening the channel for commercial navigation. It will be the Contractor's responsibility to verify and maintain a safe and navigable channel throughout the duration of the dredging (underwater demolition and debris removal operations). A dive safe practices manual is required and shall cover all diving operations as summarized in NAVSEA SS521-AG-PRO-01 and Section 30, EM 385-1-1. A Dive Plan, including an Activity Hazard Analysis (AHA) and an emergency management plan, shall be submitted for approval for each diving activity. Only a Contractor, or Subcontractor, with an accepted safe practices manual will be allowed to submit a Dive Plan. Recreational diving certifications are not sufficient. Self-Contained Breathing Apparatus (SCUBA) will not be approved. 2. Pre-Solicitation conference will be scheduled within 10 calendar days after issue of solicitation. 3. Estimated construction range $5,000,000.00 and $10,000,000.00. 4. NAICS Code 237990, Other Heavy and Civil Engineering Construction, Dredging. 5. SB Size Standard, $27.5M. 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. 6. PSC Code - Z2KF 7. 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. 8. Completion Time for this project is estimated at 150 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 JAN 2016, and the estimated bid opening date will be on or about FEB 2016. 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. FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) registration at www.sam.gov). 2. Firm's name, address, point of contact, phone number, and e-mail address. 3. 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, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran-Owned Small Business. 4. Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in mechanical dredging of sediment and debris, underwater demolition of existing structures, multi- and single-beam hydrographic surveying, screening of sediment from debris, diving and underwater rigging operations, intermodal (marine and land-based) transport of debris to an approved disposal facility, and extensive coordination with barge industry and U.S. Coast Guard. Provide up to 5 examples of work comparable in magnitude and complexity performed within the past 5 years as a prime contractor (include brief description of the project, customer name, and dollar value of the project). The evaluation will consider overall experience. 5. State if Firm's small business category and Business Size (Small Business, 8(a), Hubzone Small Business, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran- Owned Small Business.) 6. Firm's Joint Venture information if applicable - existing. 7. State whether your firm can provide a Bid Bond (20% of total bid amount), and Performance and Payment Bond (100% of the contract amount). 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 Standard Time (CDT), 18 DEC 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-16-S-0009/listing.html)
 
Place of Performance
Address: GIWW, Galveston Causeway, Galveston County, TX, Galveston, Texas, 77550, United States
Zip Code: 77550
 
Record
SN03964050-W 20151210/151208234553-4a5fa4d7cd3e2294c4cc60a5b617ba2e (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.