Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOURCES SOUGHT

Z -- Freeport Harbor, Texas, Entrance Channel, Jetty Channel and LowerTurning Basin, Brazoria County, Texas, Hopper Dredging.

Notice Date
7/14/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Galveston District, US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-09-S-0034
 
Response Due
7/22/2009
 
Archive Date
9/20/2009
 
Point of Contact
Angela.Zahid, 409-766-3849<br />
 
E-Mail Address
US Army Corps of Engineers, Galveston
(angela.zahid@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Project Title: Freeport Harbor, Texas, Entrance Channel, Jetty Channel and Lower Turning Basin, Brazoria County, Texas, Hopper Dredging. 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 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. 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 under the size standard for the NAICS Code 237990 including but not limited to 8(a), SDVOSB, and Hubzone firms. 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 $1,000,000 to $5,000,000. NOTE (1): To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. NOTE (2): If the decision is to Set-Aside for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14 'Limitation on Subcontracting' (b) states 'The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees'. Note (3): If the decision is to Set-Aside this procurement for HubZone Small Business, the contractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. '(a) A qualified HubZone Small Business receiving a HUBZONE contract for general construction must perform at least 50% of the contract either itself, or through subcontracts with other qualified HUBZONE Small Business concerns.' Note (4): If the decision is to Set-Aside for SBA 8(a) program, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees in accordance to Federal Acquisition Regulation 52.219-14. PROJECT INFORMATION: This action requires the contractor to dredge Freeport Entrance Channel, Jetty and Lower Turning Basin of maintenance material. Material will be deposited in a designated Open Water Placement Area. There will be no levee work. The contractor will be required to remove 1,631,000, Cubic Yards (C.Y.) of shoal material, Monitor Surveys and Sea Turtle Protection in Schedule No.1. The solicitation will also include Options for additional Mobilization and Demobilization, Sea Turtle Trawling and Relocation. The Production Rate for this solicitation is 900,000 C.Y. per month. 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 the date of acknowledgement of the notice to Proceed. Completion time for this project is 75 calendar days after the date of acknowledgement of the Notice to Proceed for Schedule No.1. If the Options are exercised, additional calendar days will be added to the contract to complete the Option(s). 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 $1,141.00 for each calendar day of delay until the work is completed or accepted. If you can meet all of the requirements for this project, please respond to this sources sought announcement by fax, e-mail, or mail to the attention of Angela Zahid at angela.zahid@usace.army.mil or Phone (409) 766-3849, Fax (409) 766- 3010, 2000 Fort Point Road, Galveston, Texas 77550. Responses must be received no later than 2:00 p.m. Central Standard Time, on July 22, 2009. The following information is requested: 1.Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2.Name of firm w/address, phone, fax, e-mail address, and point of contact. 3.State if your company is an SBA Certified 8(a) firm, HubZone Small Business, or Service Disabled Veteran-Owned Small Business. 4.State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount). 5.Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), Hubzone Small Business, Service Disabled Veteran-Owned Small Business. 6.Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in: (a) Hopper dredging experience in harbors and channels navigated by ocean-going vessels, barges and a myriad of other watercraft, (b) Hopper dredging experience with deep draft projects. The evaluation will consider overall experience. Provide the name of the vessel to be used and size. Provide documentation for your firm on past similar efforts as a prime contractor. 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, 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. For technical questions, please contact: Mr. Terri Carlson at terri.carlson@usace.army.mil or (409)765-8914.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-09-S-0034/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX<br />
Zip Code: 77553-1229<br />
 
Record
SN01874469-W 20090716/090714235741-7e5f54b6beefeecf0045dbe01a168668 (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  © 1994-2020, Loren Data Corp.