Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOURCES SOUGHT

Z -- Gulf Intracoastal Waterway (GIWW), Texas, Main Channel from High Island to Rollover Pass in Galveston and Chambers Counties, Texas, Pipeline Dredging.

Notice Date
6/15/2017
 
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, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-17-S-0028
 
Archive Date
7/11/2017
 
Point of Contact
Lucille R. Smith, Phone: 4097663845, Maria E. Rodriguez, Phone: 4097666331
 
E-Mail Address
lucille.r.smith@usace.army.mil, maria.e.rodriguez@usace.army.mil
(lucille.r.smith@usace.army.mil, maria.e.rodriguez@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. 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 maintenance dredging of the GIWW between High Island and Bolivar Flare. Schedule No. 1 consists of pipeline maintenance dredging between High Island and Rollover Pass of approximately 920,000 cubic yards (CY). Beach placement of approximately 180,000 CY at Rollover Beach. Work under Schedule No. 1 is to be completed no later than 150 calendar days after acknowledgement of Notice to Proceed. Option No. 1 consists of additional dredging between Rollover Pass and Bolivar Flare of approximately 160,000 CY. An additional 16 calendar days will be added to the contract duration if Option No. 1 is exercised. Option No. 2 consists of additional dredging of the Channel to Port Bolivar of approximately 100,000 CY. An additional 20 calendar days will be added to the contract duration if Option No. 2 is exercised. 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. 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 $1,061.00 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 e-mail to the attention of Lucille Smith, lucille.r.smith@usace.army.mil, Office No. (409) 766-3845. Responses must be received no later than 2:00 p.m. Central Standard Time, on June 26, 2017. 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 cutterhead suction dredge dredging experience in harbors and channels navigated by ocean-going vessels, barges, and a myriad of other watercraft to include dredging experience with deep draft projects. (b) Dredge plant must be of sufficient size to operate in exposed sea conditions present at the GIWW, Bolivar Flare. (b) Provide documentation for your firm on past similar efforts as a prime contractor with deep draft projects. (c) Provide the name and size of the pipeline dredge to be used. (d) Provide a list of your present commitments and completion dates for these commitments. The evaluation will consider overall experience. 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 Ms. Jennifer Bowers at (409) 766-6365.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-17-S-0028/listing.html)
 
Place of Performance
Address: Galveston and Chambers Counties, Texas, United States
 
Record
SN04545892-W 20170617/170615235147-a6f8589eca7cc7a4dce50fff2e5da91d (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.