Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOLICITATION NOTICE

Z -- Houston Ship Channel, Texas, Mid Bay Placement Area and Placement Area 15, Shoreline Stabilization in Chambers County, Texas.

Notice Date
5/4/2015
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-15-B-0014
 
Response Due
6/18/2015
 
Archive Date
7/18/2015
 
Point of Contact
Lucille Smith, 409 766-3845
 
E-Mail Address
USACE District, Fort Worth
(lucille.r.smith@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Galveston District Office requires a contract to perform shoreline stabilization for approximately 1,000 feet at Placement Area (PA) 15 and approximately 2,800 feet at Mid Bay PA in order to repair eroded areas. Approximately 43,656 tons of riprap and 15,380 tons of blanket stone will be required to repair eroded areas. Riprap will be approximately 42 quote mark stone between 210 and 3,565 pounds and blanket stone will be between quote mark and 200 pound stone. Contractors will first remove existing stone from eroded areas along Mid Bay PA and PA 15 and stockpile at specified area between PA's 14 and 15. A potential Option exists for disposal of rock removed from Mid Bay PA and PA15 at Marsh Cell M10 in lieu of stockpiling at specified area between PA's 14 and 15; however, rock already disposed of at stockpile location will not need to be relocated if option is exercised. Option for disposal of rock at Marsh Cell M10 will likely require contractor to dig access channels. Access channel(s) will have to be excavated mechanically (clamshell or bucket - no cutterhead dredge) and will need to be backfilled on completion of the work. Order of work will require erosion repair to be conducted at Mid Bay Placement Area first due to a Migratory bird window. No work allowed at Mid Bay PA between 3/1/16 and 8/31/16 unless cleared by US Army Corps of Engineers, Galveston District. Other Government Contractors will likely be onsite at Mid Bay PA conducting dewatering operations during the same time frame as the shoreline stabilization contract. As a result, Contractor for Shoreline Stabilization Job must keep his operations on the exterior of the levee and will not be allowed past inside the crown of the levee. Contractor will perform the majority of the work from the water and will encounter effects of ship wakes. The estimated award date for this project is July 28, 2015. Completion time for Schedule No. 1 is 210 calendar days. An additional 20 calendar days will be added if the option is exercised. The Solicitation issued will be Firm Fixed Price. The magnitude of this project is between $10,000,000.00 and $25,000,000.00. The Solicitation is UNRESTRICTED (full & open competition to both large & small businesses). The Solicitation will be issued on or about 19 May 2015. Response date is 18 June 2015 @ 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 quote mark ! quote mark next to the quote mark Small Business quote mark 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 for Dredging is $36.5 Million. All offerors are encouraged to visit the Army's Single Face to Industry Website at https://acquisition.army.mil/asfi or 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 quote mark Interested Vendor quote mark, 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. Joshua Adekanbi at (409) 766-3174, or Mr. Clark Colquitt at (409) 766-3119, 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/W9126G-15-B-0014/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN03719069-W 20150506/150504234742-b8122472222db87a0ae6e4ab7d3c7b7d (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.