Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
SOURCES SOUGHT

Z -- USACE Deferred Environmental Restoration, Pipeline Dredging, Deep and Shallow Draft Channels

Notice Date
4/14/2016
 
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-0022
 
Archive Date
5/10/2016
 
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 Houston Ship Channel, Deferred Environmental Restoration, Pipeline Dredging, Deep and Shallow Draft Channels Sources Sought No. W9126G-16-S-0022 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 - Fort Worth District has been tasked to solicit for and award a project/procurement for Deferred Environmental Restoration, Pipeline Dredging, Deep and Shallow Draft Channels with one option to perform maintenance dredging of the Bayport Flare. 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: Deep draft pipeline dredging to perform maintenance dredging of 1.2M cubic yards (CY) of the Bayport Ship Channel Flare (Bayport Flare) and mine approximately 1.9M CY of new work material at depth up to 50 feet in vicinity of Bayport Flare and Houston Ship Channel. New work material to be used to hydraulically construct containment dikes at Atkinson Island. Site will be impacted by deep and shallow-draft traffic and ship wake. Place approximately 87,000 TONs of stone riprap shore protection on containment dikes after they are shaped to grade. Includes option to perform second maintenance dredging (approximately 400K CY) at Bayport Flare after completion of the new work mining. Dredge must be capable of excavating average of 12,000 CY per day of new work material on pipeline lengths up to 6.5 miles; maintenance dredging will require production rate of 25,000 CY per day. Only one dredge capable of meeting the production requirement above is allowed on site at any given time. 2. Estimated construction range over $25,000,000.00 - $100,000,000.00. 3. NAICS Code 237990, Other Heavy and Civil Engineering Construction, Dredging. 4. 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. 5. PSC Code - Z2KF 6. Bonding Requirements - The Contractor shall provide Performance and Payment Bonds within (10) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the Notice to Proceed. 7. Completion Time for Schedule 1 of this project is estimated at 388 calendar days after acknowledgement of the Notice to Proceed for; Option 1 - 60 calendar days after acknowledgement of the Notice to Proceed. 8. Pre-award information due two days after bid opening. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 9 AUG 2016, and the estimated bid opening date will be on or about 9 SEP 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 pipeline dredging of deep and shallow draft channels navigated by ocean-going vessels, barges, recreational boaters, and a myriad of other watercraft; management of dredged material placement areas during dredging operations; ability to dredge depths up to 48.5' MLLW in open-bay conditions with extensive currents and effects of ship wakes; ability to meet production rate of 12,000 CY/day excavating new work material and 25,000 CY per day for the maintenance dredging; ability to pump material six and a half miles from dredging cut to placement area; and the ability to coordinate with U.S. Coast Guard Vessel Traffic Service, Houston Pilots, and shipping industry. 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 Daylight Savings Time (CDT), 25 Apr 2016. 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-0022/listing.html)
 
Place of Performance
Address: Chambers County, Texs, Texas, United States
 
Record
SN04085059-W 20160416/160414235238-a2184d64eba29576698665261711529c (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.