Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2021 SAM #7109
SOURCES SOUGHT

Z -- Gulf Intracoastal Waterway, Texas High Island to Rollover and Bolivar Flare, Pipeline Dredging

Notice Date
5/17/2021 12:50:21 PM
 
Notice Type
Sources Sought
 
Contracting Office
US ARMY ENGINEER DISTRICT GALVESTON GALVESTON TX 77550-1229 USA
 
ZIP Code
77550-1229
 
Solicitation Number
W912HY21S0020
 
Response Due
5/20/2021 12:00:00 PM
 
Archive Date
06/04/2021
 
Point of Contact
Jennifer Peterson, Phone: 4097663849, Curtis Cole, Jr., Phone: 4097663185
 
E-Mail Address
jennifer.l.peterson@usace.army.mil, curtis.cole@usace.army.mil
(jennifer.l.peterson@usace.army.mil, curtis.cole@usace.army.mil)
 
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 U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE.� NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT.� RESPONSE 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 INFORMATION. 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) Certified Small Business Development Program, Service Disabled Veteran Owned Small Business, Economically Disadvantaged Woman Owned Small Business, Women Owned Small Business and Hubzone Small Busines firms. The North American Industry Classification System (NAICS) Code 237990; Size Standard is $30 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 $5,000,000.00 and $10,000,000.00. Project Information: Project Consists of maintenance pipeline dredging of the GIWW Texas High Island to Rollover and Bolivar Flare: Schedule No.1 - maintenance dredging GIWW High Island to Bolivar Flare. Estimated volume of 1,100,000 CY. Completion time for Schedule No.1 is 215 calendar days. Option 1 - maintenance dredging GIWW High Island to Bolivar Flare. Estimated volume of 30,000 CY.� If awarded, an additional time of 15 calendar days will be added to contract completion. Option 2 - maintenance dredging Channel to Port Bolivar. Estimated volume of 240,000 CY.� If awarded, an additional time of 25 calendar days will be added to contract completion. Option 3 - maintenance dredging GIWW Causeway to Greens Lake with placement at Pierce Marsh Cell #1.� Estimated dredging volume 100,000 CY. Perimeter Berm Raising at Pierce Marsh Cell #1 estimated length 7,500 L.F. If awarded, an additional time of 55 calendar days will be added to contract completion. Option 4 - maintenance dredging GIWW Causeway to Greens Lake with placement at Pierce Marsh Cell #2.� Estimated dredging volume 120,000 CY. Perimeter Berm Raising at Pierce Marsh Cell #2 estimated length 2,500 L.F. If awarded, an additional time of 30 calendar days will be added to contract completion. The estimated award date for this contract is projected for September of 2021. Contractor will be required to furnish Pre-Award documents within 2 calendar days after Bid Opening. The contractor will be required to provide Performance and Payment Bonds within (5) calendar days after award. The contractor shall begin Work within (10) calendar days after receipt of the Notice to Proceed. 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 Jennifer Peterson and Curtis Cole Jr., jennifer.l.peterson@usace.army.mil and curtis.cole@usace.army.mil Responses must be received no later than 2:00 P.M. Central Standard Time on May 25, 2021. The following information is requested: 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.beta.sam.gov ).� � Name of firm w/address, phone, fax, e-mail address, and point of contact. State if your company is a Small Business, SBA Certified 8(a) firm, HubZone Small Business, Service Disabled Veteran-Owned Small Business, Economically Disadvantaged Woman Owned Small Business and Women Owned Small Business. State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the�contract amount). Please 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, Service-Disabled Veteran-Owned Small Business, Economically Disadvantaged Woman Owned Small Business and Women Owned Small Business. Qualifications:� Responses to this sources sought announcement shall indicate specialized experience and technical competence in:���������������������������������������������������������������������������������������������������������������������������������������������������������������� (a) Contractor should provide experience in completing work outlined under the paragraph above for �Project Information�.�����������������������������������������������������������������������������������������������������������������������������������������������������������������������(b) Provide documentation for your firm on past similar efforts as a prime contractor.������������������������������������������������� (c) Provide a list of your present commitments and completion dates for these commitments. Identify dredge on present commitments and identify dredge and size of dredge to be used on this requirement.� 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, dredge and size of dredge utilized, average production on the job, 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.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa487c3a8a3a4aa18190e7aef47bcf5c/view)
 
Place of Performance
Address: High Island, TX, USA
Country: USA
 
Record
SN06004688-F 20210519/210517230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.