Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

Z -- USACE PIPELINE DREDGING, SHALLOW DRAFT, MAINTENENCE DREDGING, GIWW, TEXAS, ACROSS ARANSAS BAY, ARANSAS & NUECES COUNTIES, TX

Notice Date
12/21/2017
 
Notice Type
Sources Sought
 
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
W9126G18S0005
 
Archive Date
1/19/2018
 
Point of Contact
Traci D. Robicheaux, Phone: 4097666306
 
E-Mail Address
traci.d.robicheaux@usace.army.mil
(traci.d.robicheaux@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For Galveston Intracoastal Waterway (GIWW), Texas Across Aransas Bay in Aransas and Nueces Counties, Texas, Pipeline Dredging, Shallow Draft Sources Sought No. W9126G18S0005 This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Galveston has been tasked to solicit for and award a project/procurement for Pipeline Dredging Shallow Draft, Maintenance Dredging of the GIWW, Texas, Across Aransas Bay in Aransas and Nueces Counties, Texas. Two options are included. Proposed project will be a competitive, fixed price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis 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), and Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. Pipeline Dredging - Schedule 1 includes GIWW maintenance pipeline dredging of 85,000 feet (17 sections) from sta 1165+000 to sta 1250+000. Estimated dredge volume of 2,100,000 cubic yards (CY). All placement areas are open water. Option 1 work includes GIWW-Lydia Ann Channel maintenance pipeline dredging of 24,000 feet (5 sections) from sta 1236+000 to sta 1292+000. Estimated dredge volume of 253,000 CY. All placement areas are open water. Option 2 work includes GIWW North of JFK Causeway maintenance pipeline dredging of 8,000 feet (2 sections) from sta 1372+000 to sta 1380+000. Estimate dredge volume of 103,000 CY. All placement areas are open water. Estimated production rate: 15,000 Cubic Yards/day 2. Estimated magnitude for this effort is estimated between $5,000,000.00 and $10,000,000.00. 3. NAICS Code 237990, Other Heavy and Civil Engineering Construction, Dredging 4. SB Size Standard, $27.5M for dredging. 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. 5. PSC Code - Z2KF 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 day after Bid Opening. 8. Completion Time for Schedule No. 1 for this project is estimated at 170 calendar days after acknowledgement of the Notice to Proceed; Option 1, 30 additional days after acknowledgement of the Notice to Proceed; Option 2, 20 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. Anticipated solicitation issuance date is on or about Feb 2018, and the estimated proposal due date will be on or about Mar 2018. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) Registration at www.sam.gov ). 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) Pipeline dredging experience in harbors and channels navigated by ocean-going vessels, barges, and a myriad of other watercraft, (b) Pipeline Dredging experience with shallow draft projects. The evaluation will consider overall experience. Provide the name of the dredge 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. Interested firms shall respond to this Sources Sought Synopsis no later than 10:00 a.m., Central Standard Time, on 4 Jan 2018. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Traci D. Robicheaux, Galveston, 2000 Fort Point Road, Galveston, TX 77550-1229, 409-766-6306, traci.d.robicheaux@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18S0005/listing.html)
 
Place of Performance
Address: Aransas & Nueces Counties, Texas, United States
 
Record
SN04774345-W 20171223/171221231722-e61769eee18dd7cb1ca966ab5588ac4d (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.