Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2018 FBO #5906
SOLICITATION NOTICE

Z -- Houston Ship Channel, Carpenters Bayou to Sims Bayou, Emergency Dredging in Harris County, Texas

Notice Date
1/22/2018
 
Notice Type
Presolicitation
 
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
W9126G18B0010
 
Archive Date
2/16/2018
 
Point of Contact
Lucille R. Smith, Phone: 4097663845, Curtis Cole, Jr., Phone: 4097663185
 
E-Mail Address
lucille.r.smith@usace.army.mil, curtis.cole@usace.army.mil
(lucille.r.smith@usace.army.mil, curtis.cole@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Galveston District Office requires an urgent and compelling requirement for the Houston Ship Channel, Carpenters Bayou to Sims Bayou, Emergency Dredging in Harris County, Texas. The work consists of dredging intermittent reaches of Houston Ship Channel, that have shoaled as a result of Hurricane Harvey. The work is located in nine reaches between Carpenters Bayou and Sims Bayou with a total estimated quantity of 824,500 cubic yards. Material dredged may be placed into either Lost Lake Placement Area or Rosa Allen Placement Area. The work may be performed by a pipeline dredge, mechanical (bucket) dredge, or a combination of the two. Material excavated with a mechanical dredge will be placed into Lost Lake Placement Area. Material excavated with a pipeline dredge may be placed into either Lost Lake or Rosa Allen Placement Areas, or a combination of the two. The dredge must be capable of dredging to a depth of -48.5' Mean Lower Low Water, and achieve an average production of 5,000 cubic yards per day. If multiple dredges are used, they must maintain a separation of 5 nautical miles from each other. Completion time for Schedule No. 1 is 238 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 $3,274.00 for each calendar day of delay until the work is completed or accepted. The contractor shall commence work within (5) calendar days after the date the Contractor receives the Notice to Proceed. The Solicitation issued will be Firm Fixed Price. The magnitude of this project is more than $10,000,000.00. The solicitation is advertised as "Unrestricted" full and open competition for both large and small businesses. The Solicitation will be issued 22 January 2018. Response date is 1 February 2018 @ 2:00 PM (Electronic bids only via AMRDEC Safe). The estimated award date for this project is February 2018. ATTENTION TO OFFEROR(s)/CONTRACTOR(s): On July 14, 2014, Small Business Administration (SBA) increased the monetary-based industry size standards to account for inflation. You must update your 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. All offerors are encouraged to visit the Federal Business Opportunities website 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 Systems for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov. The Contract Specialist for this solicitation will be Ms. Lucille Smith, (409) 766-3845 or via e-mail at Lucille.r.smith@usace.army.mil. For technical information about this solicitation, please contact Mr. Al Meyer at (409) 766-3145 or Mr. Angel Perez at (409) 766-3158, between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays. Subcontracting goals for the Galveston District are: 50.0% - Small Business; 17.0% - Small Disadvantaged Business; 18.0% - Woman-Owned Small Business; 10.0% - HubZone Small Business; 8.5% - Veteran-Owned Small Business and 4.0% - Service Disabled Veteran-Owned Small Business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18B0010/listing.html)
 
Place of Performance
Address: Harris County, United States
 
Record
SN04795501-W 20180124/180122230605-4d0fc4a86906482c941438ed6655491f (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.