Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SOLICITATION NOTICE

Y -- Freeport Harbor Channel Improvement Project, Dredging Reaches 1, 2 and 4, in Brazoria County, Freeport, Texas.

Notice Date
5/31/2023 9:51:06 AM
 
Notice Type
Presolicitation
 
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
W912HY23B0001
 
Response Due
3/20/2023 12:00:00 PM
 
Archive Date
04/04/2023
 
Point of Contact
LUCILLE SMITH, Phone: 4097663845, Aldrich Antonia Nichols, Phone: 4097663963, Fax: 4097663010
 
E-Mail Address
lucille.r.smith@usace.army.mil, aldrich.a.nichols@usace.army.mil
(lucille.r.smith@usace.army.mil, aldrich.a.nichols@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Galveston District Office requires a contract for �Freeport Harbor Channel Improvement Project (FHCIP), Dredging Reaches 1, 2 and 4, in Brazoria County, Freeport, Texas. � Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to this solicitation. �The NIST score is a responsibility item. Bids/offers from contractors with a NIST score in SPRS will be considered responsible and evaluated/considered for award. �Those without a NIST score in SPRS may be deemed NON-RESPONSIBLE and thus not evaluated/considered for award. �For NIST compliance See Section 00 72 00 Contract Clauses, 252.204-7020 and 252.204-7012. Project Information: This requirement is to improve (meaning widening and deepening) the main channel from the currently authorized -46 feet Mean Lower Low water (MLLW) to the new authorized depth -61 MLLW dimension. The work consists primarily of dredging along with other related navigation improvements, which include enhancements to the upper turning basin, and selective widening of the channel and lower channel bend easing. The work includes the maintenance and new work dredging to completely construct the remainder of approximately 10.6 miles of channel to the new federally authorized dimensions. Those dimensions are authorized depths of 51-61 feet. This approximate 10.6 miles is comprised of: �Reach 2 (approximately 1-mile channel improvement, and Submerged Bend Easing (Below +2 ft North American Vertical Datum of 1988 (NAVD88) and incidental installation shoreline protection); Reach 1 (approximately 8.9-mile channel improvement); and Reach 4 (approximately. 0.72-mile channel improvement. This dredging work involves the complete clean out (maintenance material) of the existing channel template and the construction (new work) of the new channel to the prescribed authorized transition depths: Reach 2 (-54 feet MLLW); Reach 1 (-61 feet MLLW) template; and Reach 4 (-29 feet MLLW). All material from the finished construction project templates will be dredged and placed into a designated offshore Ocean Dredged Material Disposal Site (ODMDS) in the Gulf. �Ultimate construction of the new channel (authorized depth and advanced maintenance) is estimated to generate a total estimated 18 million cubic yards (CY) with all maintenance and new work material excavated and placed into required ODMDS. Estimated duration for Schedule 1 is approximately 583 calendar days; Option 1, Reach #1 is 125 calendar days; Option 2, Reach #1 is 115 calendar days and Option 3, Reach #1 is 100 calendar days. �The Estimated Total Quantity to be dredged will be provided in the formal construction contract solicitation documents. 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 $3,941.00 for each calendar day of delay until the work is completed or accepted. The contractor will be required to provide Performance and Payment Bonds within (3) calendar days after award. �The contractor shall begin work within (10) calendar days after receipt of the notice to Proceed. � The magnitude of this project is between $100,000,000.00 and $250,000,000.00.� The solicitation is advertised as �UNRESTRICTED� full & open competition to both large and small businesses in accordance with FAR Part 14, the intent of the Government is to award one single firm-fixed price contract. �The North American Industrial Classification System (NAICS) Code applicable to this project is 237990 (Dredging and Surface Cleanup Activities). The Small Business Size Standard is $32.5 Million. �� The solicitation will be issued on or about 16 February 2023. �Response date will be�20 March 2023. � (All bids must be submitted electronically per Section 00 21 00 of the solicitation). �The estimated award date for this project is on or about May 2023. Availability of plans and specification on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, DASA(P)POLICY 21-81, DATED 20 AUGUST 2021 Contractors may view and/or download the Invitation for Bid (IFB) and all amendments at the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/ . Plans and specification will not be available in paper format or on compact disc. �It is the offeror�s responsibility to monitor the PIEE Solicitation Model daily (using the above link) for plans, specification, and amendments to the solicitation.� All bids are to be submitted per Section 00 21 00, Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. To register as an �Interested Vendor�, visit https://sam.gov/content/home . �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://sam.gov/content/home . � RECOMMEND OFFERS BE SUBMITTED AT LEAST �2 HOURS� PRIOR TO �RESPONSE TIME� TO ALLOW FOR ELECTRONIC TRANSMISSION. � ATTENTION TO OFFEROR(s)/CONTRACTOR(s): EFFECTIVE MARCH 22, 2018, YOU MUST SUBMIT A NOTARIZED LETTER APPOINTING THE AUTHORIZED ENTITY ADMINISTRATOR BEFORE YOUR REGISTRATION WILL BE ACTIVATED. �THIS REQUIREMENT NOW APPLIES TO BOTH NEW AND EXISTING ENTITIES. �MAKE SURE YOUR SAM PROFILE INCLUDES �ALL AWARDS� AND NOT JUST �FEDERAL ASSISTANCE AWARDS� AS THIS OPTION IS ONLY FOR GRANTS AND COOPERATIVE AGREEMENTS. � PLEASE VISIT https://www.sam.gov/SAM/ FOR MORE INFORMATION. The Contract Specialist for this solicitation will be Ms. Lucille Smith, (409) 766-3845; E-mail: � Lucille.r.smith@usace.army.mil . �For technical information about this solicitation, please contact Mr. Ollie Jackson, Project Manager at (409) 766-3070; Email: �Ollie.J.Jackson@usace.army.mil or Mr. Cesar Ramos, P.E. at (915) 479-0237; Email: � Cesar.Ramos@usace.army.mil between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays. Subcontracting goals for the Galveston District are: �44.0% - Small Business; 5.0% - Small Disadvantaged Business; 7.0% - Woman-Owned Small Business; 4.0% - HubZone Small Business; 4.0% - Veteran-Owned Small Business and 2.0% - Service Disabled Veteran-Owned Small Business. � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/40b377d6bab344c8aad01b62e89048d6/view)
 
Place of Performance
Address: Freeport, TX, USA
Country: USA
 
Record
SN06699503-F 20230602/230531230111 (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.