SOURCES SOUGHT
Z -- Single Award Task Order Contract (SATOC) for Matagorda Ship Channel � Peninsula to Point Comfort
- Notice Date
- 8/12/2021 5:28:15 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT GALVESTON GALVESTON TX 77550-1229 USA
- ZIP Code
- 77550-1229
- Solicitation Number
- W912HY21S0021
- Response Due
- 8/26/2021 12:00:00 PM
- Archive Date
- 09/10/2021
- Point of Contact
- Lucille R. Smith, Phone: 4097663845, Curtis Cole Jr., Phone: 4097663185, Fax: 4097663010
- E-Mail Address
-
lucille.r.smith@usace.army.mil, curtis.cole@swg02.usace.army.mil
(lucille.r.smith@usace.army.mil, curtis.cole@swg02.usace.army.mil)
- Description
- This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. �THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM 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. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers � Galveston District has a requirement to solicit for and award Matagorda Ship Channel � Peninsula to Point Comfort for the Galveston District. Proposed project will be a competitive, firm-fixed price, Single Award indefinite delivery contract procured in accordance with FAR 15, Negotiated Procurement using �Lowest Price, Technically Acceptable� process. �The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. � 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 (SB), Section 8(a) (8a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition of responsible firms. SB, 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable for the following: Base year Schedule 1 � MSC Peninsula to Pt Comfort - Approx. 3.5 MCY; Option 1 � Calhoun Port Authority Dock Dredging Option 2 � GIWW Station 960+000 to 972+400 Ordering Period 1 Schedule 1 � MSC Peninsula to Pt Comfort - Approx. 3.5 MCY; Option 1 � Calhoun Port Authority Dock Dredging Option 2 � GIWW Station 960+000 to 972+400 Ordering Period 2 Schedule 1 � MSC Peninsula to Pt Comfort - Approx. 3.5 MCY; Option 1 � Calhoun Port Authority Dock Dredging Option 2 � GIWW Station 960+000 to 972+400 Ordering Period 3 Schedule 1 � MSC Peninsula to Pt Comfort - Approx. 3.5 MCY; Option 1 � Calhoun Port Authority Dock Dredging Option 2 � GIWW Station 960+000 to 972+400 Ordering Period 4 Schedule 1 � MSC Peninsula to Pt Comfort - Approx. 3.5 MCY; Option 1 � Calhoun Port Authority Dock Dredging Option 2 � GIWW Station 960+000 to 972+400 The contract period of performance is for a Base Period and Four Ordering Periods. The total contract capacity will not exceed $50,000,000.00 over a Five-Year Period. The estimated minimum size of a task order is $9,000,000.00. The estimated maximum size of a task order is $10,000,000.00 with the average size task order of $10,000.000.00.� Minimum capabilities required include experience in dredging Deep Draft Channels with a Pipeline Dredge. Minimum equipment required include: Pipeline Dredge and supporting equipment. All construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $30,000,000.00. The Product Service Code is Z1KB � Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. �Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. To be considered small for Dredging procurements, a firm must perform at least 40% of the volume dredged with its own equipment or equipment owned by another small business dredging concern. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis. Anticipated solicitation issuance date is on or about October 2021and the estimated proposal due date will be on or about November 2021. The official synopsis citing the solicitation number will be issued on Contracting Opportunities (FBO) https://sam.gov/, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. �Firm�s name, address, point of contact, phone number, and e-mail address. 2. �Firm�s interest in bidding on the solicitation when it is issued. 3. �Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): �� �Brief description of the project, customer name, and dollar value of the project) � provide at least 3 examples. 4. �Firm�s Business Size � Large Business, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. �Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7. �Firm�s Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be considered capable when making the acquisition decision for this requirement. Interested Firm�s shall respond to this Sources Sought Synopsis no later than August 26, 2021 @ 2:00 PM (CDT). �All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Email your response to� Ms. Lucille Smith, Contract Specialist, at Lucille.r.smith@usace,armt.mil and� Mr. Curtis Cole, Jr., Contracting Officer, at curtis.cole@usace,army.mil �Galveston District. Please include address, fax number and Email address. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/61359d9801a84c0488d614d4b1b1bf99/view)
- Place of Performance
- Address: TX, USA
- Country: USA
- Country: USA
- Record
- SN06096005-F 20210814/210812230136 (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 |