Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
MODIFICATION

Y -- USACE Sims Bayou, Hike & Bike Trail Stuart Park to Reveille Park, City of Houston, Harris County, Texas - Solicitation 1

Notice Date
11/30/2017
 
Notice Type
Modification/Amendment
 
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
W9126G18B0007
 
Archive Date
1/17/2018
 
Point of Contact
Traci D. Robicheaux, Phone: 4097666306, Curtis Cole, Jr., Phone: 4097663185
 
E-Mail Address
traci.d.robicheaux@usace.army.mil, curtis.cole@usace.army.mil
(traci.d.robicheaux@usace.army.mil, curtis.cole@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Plans Specification Pre-solicitation Synopsis W9126G18B0007 The U. S. Army Corps of Engineers, Sims Bayou, Hike and Bike Trail Stuart Park to Reveille Park, City of Houston, Harris County, Texas, Construction. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. The work consists of building a concrete trail along Sims Bayou, with an option to build a parking lot. The work consists of building a reinforced concrete paved hike and bike trail about a mile long and 10 feet wide along Sims Bayou. The pavement is 6 inches thick with 6-inches of lime stabilized subgrade. Excavation of channel upper side slopes will be required to create ramps along the trail between the top of bank, flood benches and maintenance berm. A compacted gravel parking lot with concrete edge, concrete paved handicap parking, and concrete apron, concrete wheel stops, and concrete trail will require installation of geotextile fabric. Sections of the trail will require removal and reinstallation of existing articulating concrete block and its geotextile along the channel maintenance berm. The handicap parking spaces and concrete trail will require pavement marking. Most of the trail will be built on clay material and all of the construction will occur above the channel normal water flow. In case of large rain events in the channel watershed the construction site could experience water. 2. Estimated magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. 3. NAICS Code 237990, Other Heavy and Civil Engineering Construction 4. SB Size Standard, $36.5M for construction. 5. PSC Code - Y1PA 6. Bonding Requirements - The Contractor will be required to provide the Performance and Payment Bonds within (10) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the Notice to Proceed. 7. Furnish pre-award documents within 2 working days after Bid Opening. 8. Completion Time for this project is estimated at 250 calendar days after acknowledgement of the Notice to Proceed; Option 1, 60 additional days after acknowledgement of the Notice to Proceed; If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in an amount to be determined for each calendar day of delay until the work is completed or accepted. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The Solicitation issued will be Firm Fixed Price. This solicitation is subject to the availability of funds. The Solicitation is a 100% Hub-Zone Small Business Set-Aside. The Solicitation will be issued on or about Nov 2017. Response date on or about Jan 2018. ATTENTION TO OFFEROR(s): On July 14, 2014, Small Business Administration (SBA) increased the monetary-based industry size standards to account for inflation. You must update you 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 $36.5 Million. All offerors are encouraged to visit the Army's Single Face to Industry Website at Federal Business Opportunities 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 SAM, Systems for Award Management, in order to receive a Government contract award. To register, the SAM address is: https://www.sam.gov/portal/public/SAM/. The Contract Specialist for this solicitation will be Traci D. Robicheaux, at email traci.d.robicheaux@usace.army.mil or phone 409-766-6306 between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays. Email is preferred. Subcontracting goals for the Galveston District are: 50% - Small Business; 17% - Small Disadvantaged Business; 18% - Woman-Owned Small Business; 10% - HubZone Small Business; 8.5% - Veteran-Owned Small Business; and 4% - Service Disabled Veteran-Owned Small Business; Historically Black College or University/Minority Institution - 2%.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18B0007/listing.html)
 
Place of Performance
Address: Harris County, Texas, Houston, Texas, United States
 
Record
SN04752639-W 20171202/171130231256-6cecbf8b02b3a568ee4a675022b28af1 (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.