Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

Z -- USACE FY24 Rapid Response Hopper Dredging IDIQ, MATOC

Notice Date
6/17/2024 1:47:35 PM
 
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
W912HY24Z10BD
 
Response Due
6/26/2024 12:00:00 PM
 
Archive Date
07/11/2024
 
Point of Contact
Christy Slater, Phone: 4097666343, Curtis Cole Jr., Phone: 4097663185, Fax: 4097663010
 
E-Mail Address
christy.l.slater@usace.army.mil, curtis.cole@swg02.usace.army.mil
(christy.l.slater@usace.army.mil, curtis.cole@swg02.usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS SUBJECT: The U.S. Army Corps of Engineers, Galveston District Office requires an Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contracts (MATOC) for rapid response hopper dredging in multiple locations within the boundaries of the Galveston District. Notice Type: SOURCES SOUGHT SYNOPSIS Source Sought Number: W912HY24Z10BD Response Date 26 June 2024 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 ANNOUNCEMENT SEEKS INFORMATION FROM INDUSTRY, WHICH WILL BE USED FOR PRELIMINARY PLANNING PURPOSES.� 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 US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE.� NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE 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. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. The purpose of this sources sought is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO), Woman Owned (WO) and Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition of responsible firms. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $37 million. Project Information: �The United States Army Corps of Engineers (USACE), Galveston District (SWG) plans to issue a Request for Proposal (RFP) to procure hopper dredging services under an unrestricted MATOC with a target of four contracts in the pool. The MATOCs will address shoaling within any of the eight deep draft channels. It involves eight (8) deep draft channel projects, as follows: 1. Sabine-Neches Waterway in Jefferson County, TX and Cameron Parish, LA; 2. Galveston Harbor in Galveston County, TX; 3. Houston Ship Channel in Harris County, TX; 4. Texas City Ship Channel in Galveston County, TX; 5. Freeport Harbor in Brazoria County, TX; 6. Matagorda Ship Channel in Calhoun County, TX; 7. Corpus Christi Ship Channel; and 8. Brazos Island Harbor in Cameron County, TX. All these locations are along the Texas coast. The contract would be for a base of five years.� All these locations are along the Texas coast. The RFP will utilize Technically Acceptable (TA) acquisition procedures. The evaluation factors are Plant & Equipment and Past performance.� The proposed MATOCs will be Firm-Fixed Price (FFP). The contract performance period is a total of five years for a total value of $95 Million all MATOCs combined. If the results of this Sources Sought determines that this requirement is applicable for a Small Business Set -Aside, 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. Prior Government contract work is not required for submitting a response to this announcement. FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: 1. Unique Entity Identifier (UEI) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) Registration at www.sam.gov ) and provide your current Assessment Score that is present in the Supplier Performance Risk System (SPRS) via https://.sprs.csd.disa.mil/. 2. Name of firm w/ address, phone, fax, e-mail address, and point of contact. 3. State if your company is a Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO), Woman Owned (WO) Woman-Owned Small Business (WOSB). 4. State whether your firm can provide a Bid Bond (shall be 20% of the bid price or�$3 Million, whichever is less) and Performance and Payment Bond (100% of the contract amount). 5. Indicate whether your firm will submit a bid for this project if set-aside for Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO), Woman Owned (WO) Woman-Owned Small Business (WOSB). 6. Qualifications:� Responses to this source sought announcement shall indicate specialized experience and technical competence in: Contractor must be experience in completing work outlined under the paragraph above for �Project Information.� Provide documentation for your firm on past similar efforts as a prime contractor. Provide a list of your plant and equipment to qualify as a Hopper dredge contractor. Firms responding to this announcement, who fail to provide ALL required information requested and outlined above, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Anticipated solicitation issuance date is on or about July 2024, and the estimated proposal/bid due date will be on or about August 2024. Estimated award on or about date is September 2024.The official synopsis citing the solicitation number will be issued on Procurement Integrated Enterprise Environment (PIEE) �https://piee.eb.mil/ inviting firms to register electronically to receive a copy of the solicitation when it is issued. Interested Firm�s shall respond to this announcement no later than June 26, 2024, at 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. Christy Slater at christy.l.slater@usace.army.mil� and Mr. Curtis Cole Jr. at curtis.cole@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/965faaf2b92a4bba911ee7f72c0a096d/view)
 
Place of Performance
Address: Galveston, TX, USA
Country: USA
 
Record
SN07100113-F 20240619/240617230121 (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.