Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

Z -- Brazos Island Harbor, Texas, Brownsville Jetty Channel in Cameron County, Texas, Dredging

Notice Date
7/6/2017
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G17B0021
 
Archive Date
9/6/2017
 
Point of Contact
Lucille R. Smith, Phone: 4097663845, Maria E. Rodriguez, Phone: 4097666331
 
E-Mail Address
lucille.r.smith@usace.army.mil, maria.e.rodriguez@usace.army.mil
(lucille.r.smith@usace.army.mil, maria.e.rodriguez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Galveston District Office requires a contract for either pipeline cutterhead suction dredge or hopper dredge. The Entrance Channel and Jetty Channel of the Brazos Island Harbor (BIH) project is subject to hazardous sea conditions and high swell, making it a dangerous and volatile location for dredging operations. As a result, any dredge, operating in the channel under this contract must be certified as an ocean-going vessel by the US Coast Guard. Schedule No. 1 consists of maintenance dredging of approximately 250,000 cubic yards within the BIH Jetty Channel. Schedule No. 1 calls for the Jetty Channel dredged material to be placed in the near-shore placement area #1/#1A. Completion time is 30 calendar days from notice to proceed. Option No. 1 consists maintenance dredging of approximately 250,000 cubic yards within the BIH Entrance Channel with placement at near-shore berm PA #1/#1A. If exercised an additional 20 calendar days will be added to the completion time. Option No. 2 consists of placement of BIH Jetty Channel material at South Padre Island beach placement area #4A instead of near-shore PA #1/1A. If exercised an additional 45 calendar days will be added to the completion time. Option No. 3 consists of placement of BIH Entrance Channel material at South Padre Island beach placement area #4A instead of near-shore PA #1/1A. If exercised an additional 45 calendar days will be added to the completion time. Option No. 4 consists of turtle trawling. If exercised an additional 30 calendar days will be added to the completion time. Option No. 5 consists of turtle trawling. If exercised an additional 30 calendar days will be added to the completion time. The estimated award date for this project is September 21, 2017. The Solicitation issued will be Firm Fixed Price. The magnitude of this project is between $5,000,000.00 and $10,000,000.00. The solicitation is advertised as "Unrestricted" full and open competition for both large and small businesses. The Solicitation will be issued on or about 21 July 2017. Response date is 22 August 2017 @ 2:00 PM. ATTENTION TO OFFEROR(s)/CONTRACTOR(s): On July 14, 2014, Small Business Administration (SBA) increased the monetary-based industry size standards to account for inflation. You must update your Representations (Reps) and Certifications (Certs) for the impacted North American Industry Classification System (NAICS) codes identified with an exclamation point "!" next to the "Small Business" value in the System for Award Management (SAM). Please log into SAM, review, and resubmit your registration to apply the new size standard. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990. The Small Business Size Standard is $27.5 Million. All offerors are encouraged to visit the Federal Business Opportunities website at https://www.fbo.gov to view and download the plans, specification and or any amendments for this procurement. Plans and specifications will not be available in paper format or on compact disc. To register as an "Interested Vendor", visit https://www.fbo.gov. 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://www.sam.gov. The Contract Specialist for this solicitation will be Ms. Lucille Smith, (409) 766-3845 or via e-mail at Lucille.r.smith@usace.army.mil. For technical information about this solicitation, please contact Mr. Frederick McGee at (409)766-3060 or Ms. Leslie Olson at (361) 884-3385 Ext. 2217, between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays. Subcontracting goals for the Galveston District are: 50.0% - Small Business; 17.0% - Small Disadvantaged Business; 18.0% - Woman-Owned Small Business; 10.0% - HubZone Small Business; 8.5% - Veteran-Owned Small Business and 4.0% - Service Disabled Veteran-Owned Small Business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G17B0021/listing.html)
 
Place of Performance
Address: Cameron County, Texas, United States
 
Record
SN04569483-W 20170708/170706235331-44d3375016666198cbb64b05b3234256 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.