Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
MODIFICATION

Z -- USACE Maintenance Dredging of the Sabine-Neches Waterway, Texas, Neches River Navigation Channel in Jefferson County, Texas - Amendment 5

Notice Date
8/30/2017
 
Notice Type
Modification/Amendment
 
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-B-0026
 
Archive Date
9/16/2017
 
Point of Contact
Traci D. Robicheaux, Phone: 4097666306, Maria E. Rodriguez, Phone: 4097666331
 
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
Amendment 0005 Final Pre-solicitation Synopsis W9126G-17-B-0026 The U. S. Army Corps of Engineers, Galveston District Office requires a contract for Maintenance Dredging of the Sabine-Neches Waterway, Texas, Neches River Navigation Channel in Jefferson County, Texas, Pipeline Dredging, Deep Draft. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. Pipeline Dredging - Schedule 1, Sabine Pass & Port Arthur Canal Junction Area, estimated quantity of 2,489,000 Cubic Yards (CY). Option 1, Sabine-Neches Canal Turning Basin estimated quantity of 112,000 CY; Option 2, Port of Port Arthur Berthing Areas estimated quantity of 139,000 CY. A production rate of 12,000 CY/Day has been established to maximize the channel availability for the vessel traffic and minimize the amount of time the channel is encumbered by dredging equipment. The established production rate is based on current dredging needs and shoaling rates within each dredging area. 2. Due to the critical shoaling and current restrictions in the channel, below are the anticipated dates of Award and Commencement of Dredging: a. Issue Solicitation: Jul 31, 2017 b. Bid Opening: August 30, 2017 c. Contractor to Furnish Pre-Award: September 1, 2017 d. Contract Award: September 21, 2017 e. Pre-Construction Meeting and Issue NTP: October 3, 2017 f. Start Dredging: October 13, 2017 g. Complete Dredging: Jun 4, 2018 3. Current Order of work: i. Port Arthur Junction Area ii. Port of Port Arthur Berthing Areas iii. Sabine-Neches Canal Turning Basin iv. Sabine Pass 4. Estimated magnitude for this effort is estimated between $5,000,000.00 and $10,000,000.00. 5. NAICS Code 237990, Other Heavy and Civil Engineering Construction, Dredging 6. SB Size Standard, $27.5M for dredging. 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. 7. PSC Code - Z2KF 8. Bonding Requirements - The Contractor will be required to provide the Performance and Payment Bonds within (3) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the Notice to Proceed. 9. Furnish pre-award documents within 1 working day after Bid Opening. 10. Completion Time for Schedule No. 1 for this project is estimated at 208 calendar days after acknowledgement of the Notice to Proceed; Option 1, 12 additional days; Option 2, 14 additional days. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in an amount to be determined for each calendar day of delay until the work is completed or accepted. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The Solicitation issued will be Firm Fixed Price. This solicitation is subject to the availability of funds. The Solicitation is an Unrestricted Procurement. The Solicitation will be issued on or about 1 Aug 2017. Response date on 1 September 2017 at 10:00am (Amendment 0005). ATTENTION TO OFFEROR(s): On July 14, 2014, Small Business Administration (SBA) increased the monetary-based industry size standards to account for inflation. You must update you Representations (Reps) and Certifications (Certs) for the impacted North American Industry Classification System (NAICS) codes identified with an exclamation point "!"next to the "Small Business" value in the System for Award Management (SAM). Please log into SAM, review, and resubmit your registration to apply the new size standard. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990. The Small Business Size Standard is $27.5 Million. NAICS code 237990 - Dredging: 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. All offerors are encouraged to visit the Army's Single Face to Industry Website at Federal Business Opportunities at https://www.fbo.gov to view and download the plans, specification and or any amendments for this procurement. Plans and specifications will not be available in paper format or on compact disc. To register as an "Interested Vendor", visit https://www.fbo.gov. Offerors must be registered with the SAM, Systems for Award Management, in order to receive a Government contract award. To register, the SAM address is: https://www.sam.gov/portal/public/SAM/. The Contract Specialist for this solicitation will be Traci D. Robicheaux, at email traci.d.robicheaux@usace.army.mil or phone 409-766-6306 between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays. Email is preferred. Subcontracting goals for the Galveston District are: 41.5% - Small Business; 23.5% - Small Disadvantaged Business; 7.5% - Woman-Owned Small Business; 7.92% - HubZone Small Business; 5.18% - Veteran-Owned Small Business and Service Disabled Veteran-Owned Small Business; Historically Black College or University/Minority Institution - 2%.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-17-B-0026/listing.html)
 
Place of Performance
Address: Jefferson County, Texas, United States
 
Record
SN04653649-W 20170901/170830231753-cd2b878c9fd33cf261e2c7d3d88f7c36 (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.