Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2012 FBO #3830
SOURCES SOUGHT

Z -- Sabine-Neches Waterway, Texas, Port Arthur Canal, Junction Area and Turning Basin, Pipeline Dredging, Jefferson and Orange Counties, Texas and Cameron Parish, Louisiana

Notice Date
5/18/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-12-S-0011
 
Response Due
5/31/2012
 
Archive Date
7/30/2012
 
Point of Contact
Elois Washington, (409) 766-3953
 
E-Mail Address
USACE District, Galveston
(elois.h.washington@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISW. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COST 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 project as determined to be in the best interest of the Government. The Sources Sought Number for this announcement is WE912HY-12-S-0011. Project Title: Sabine-Neches Waterway, Texas, Port Arthur Canal, Junction Area and Turning Basin, Pipeline Dredging, Jefferson and Orange Counties, Texas and Cameron Parish, Louisiana The U.S. Army Corps of Engineers, Galveston District, solicits for Capability Statements from all qualified and interested parties from Small Business, Service-Disabled Veteran-Owned Small Business, Small Business Administration (SBA) 8(a) firms, and SBA-certified HubZone Small Business. The small business size standard is $20 Million. The Military Federal Supply Code is Z216. The order of magnitude for this effort is between $5,000,000 and $10,000,000. The Government will use responses to the SOURCES SOUGHT synopsis to make appropriate acquisition decisions either to solicit this project as a competitive Set-a-side for Small Business, service-Disable Veteran-Owned, 8(a) or HubZone; or to proceed with full and open competition as Unrestricted. Project Information: Maintenance dredging of the Sabine-Neches Waterway, Texas, Sabine-Neches Canal, Taylors Bayou and Port Arthur Canal in Jefferson and Orange Counties, Texas and Cameron Parish, Louisiana, Pipeline Dredging Job includes: Schedule 1 - dredging Sabine-Neches Canal, Taylors Bayou and Port Arthur Canal (1,728,000 CYs), and Placement Area No. 8 North Effluent Ditch Culvert Replacement; 202 calendar days; 330,000 CY production rate/mo. Option 1 - dredging Sabine River (16,000 CYs); 12 calendar days Option 2 - dredging Sabine-Neches Canal Turning Basin (48,000 CYs); 9 calendar days Option 3 - dredging Port of Port Arthur Docks (44,000 CYs); 14 calendar days Option 4 - dredging Taylors Bayou Turning Basin (71,000 CYs); 14 calendar days Option 5 - dredging Taylors Bayou East Turning Basin (39,000 CYs); 12 calendar days Option 6 - dredging Taylors Bayou Connecting Channel (21,000 CYs); 12 calendar days Option 7 - dredging Taylors Bayou Entrance Channel and West Turning Basin (107,000 CYs); 18 calendar days Option 8 - removal of two sunken vessels in Sabine River; 0 calendar days Option 9 - bank stabilization at PA 11; 0 calendar days 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 acknowledgement of the notice to Proceed. NOTE: To be considered small for purposes of the Government procurement, a firm must perform at least 40% percent of the volume dredged with its own equipment or equipment owned by another small business dredging concern. 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 $1,299 for each calendar day of delay until the work is completed or accepted. The following information is requested: 1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE). (This formation can be obtained from your Central Contracting Registration) 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HubZone Small Business, Service-Disabled Veteran -Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of the 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: Response to this sources sought announcement shall indicate specialize experience and technical competence in: (a) Dredging experience in harbors and channels navigated by ocean-going vessels barges and a myriad of other watercraft, (b) Dredging experience with shallow draft projects. The evaluation will consider overall experience. Provide name if the vessel to be used, size, and daily production rate. Provide documentation for your firm on past similar efforts as prime contractor. 7. Submission Requirements: Firms submitting responses shall provide information on the most resent up to five projects that prove you can meet the qualification criteria as stated in the work to be preformed, with the contract number, project location, description of work requirements, contact, and phone number for each effort. Firm should also indicate all applicable personnel and subcontractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HubZone Business shall be provided with this response. Firms responding to this source sought announcement, who fail to provide ALL of the required information requested will not be used to help Government make the acquisition decision, which is the intent of this source sought announcement. This synopsis is for information and planning purposes only and is only and is neither to be construed as a commitment by the Government nor will the government pay for information solicited. RESULTS INFORMATION: The results of the evaluation will be posted in the FBO as a change to this announcement. Responses must be received no later than 31 May 2012 at 2:00 P.M. Central Time. For technical questions, please contact: Mr. Tom Patchimrat, Civil Engineer at (409) 724-0176 X418 or e-mail at tom.patchimrat@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-12-S-0011/listing.html)
 
Place of Performance
Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
 
Record
SN02752591-W 20120520/120519000625-14a654cb5bc2029756f7e364b2490024 (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.