SOURCES SOUGHT
Z -- GIWW, Texas Corpus Christi Ship Channel to Port Isabel in Nueces, Kleberg, Kennedy, Willacy, and Cameron Counties, TX, Pipeline Dredging, Shallow
- Notice Date
- 7/17/2015
- 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
- W9126G-15-S-0040
- Response Due
- 7/27/2015
- Archive Date
- 9/15/2015
- Point of Contact
- Traci Robicheaux, 4097666306
- E-Mail Address
-
USACE District, Galveston
(traci.d.robicheaux@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For GIWW, Texas Corpus Christi Ship Channel to Port Isabel in Nueces, Kleberg, Kennedy, Willacy, and Cameron Counties, TX, Pipeline Dredging, Shallow Sources Sought No. W9126G-15-S-0040 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 GIWW, Texas Corpus Christi Ship Channel to Port Isabel in Nueces, Kleberg, Kennedy, Willacy, and Cameron Counties, TX. Work will consist of maintenance dredging within the shallow-draft Gulf Intracoastal Waterway (GIWW) channel between Corpus Christi Bay and Port Isabel, Texas. Dredged material disposal will include: semi-confined, open water, and open water thin-layer placement. Dredged material will also be used to build up bird islands within the existing placement areas (PAs) contained in the Padre Island National Seashore boundary. 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). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1.Dredging - Estimated production rate: 15,000 CY/day Schedule No. 1 includes maintenance dredging (Sections Nos. 1-9, 24-27). Est. quantity is 1,900,000 CY Option No. 1 includes maintenance dredging (Sections Nos. 10-13). Est. quantity is 400,000 CY Option No. 2 includes maintenance dredging (Sections Nos. 14-18). Est quantity is 370,000 CY Option No. 3 includes maintenance dredging (sections Nos. 19-23, 28). Est. quantity is 612,000 CY Option No. 4 includes maintenance dredging of the Port Isabel Small Boat Harbor (Section 29). Est quantity 25,000 CY 2.Estimated magnitude for this effort is estimated between $5,000,000.00 and $10,000,000.00. 3.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. 4.NAICS Code 237990, Other Heavy and Civil Engineering Construction 5.SB Size Standard, $27.5M for dredging 6.FSC Code - Z2KF 7.Bonding Requirements - 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. 8.Completion Time for Schedule No. 1 for this project is estimated at 150 calendar days after acknowledgement of the Notice to Proceed. Completion time for options: Option No. 1, 35 days after NTP; Option No., 2, 35 days after NTP; Option No. 3, 60 days after NTP; Option No. 4, 15 days after NTP. 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 21 Aug 2015, and the estimated proposal due date will be on or about 21 Sep 2015. 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. If you can meet all of the requirements for this project please respond to this sources sought announcement by email, fax or mail to the attention of Traci Robicheaux, traci.d.robicheaux@usace.army.mil or (409) 76-6306, Fax (409) 766-3010, 2000 Fort Point Road, Galveston, TX 77550. Responses must be received no later than 11:00 a.m., Central Standard Daylight Saving Time, on July 27, 2015. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. The following information is requested: 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) 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. For technical questions, please contact: Joshua Adekanbi at 409-766-3174.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-15-S-0040/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN03801601-W 20150719/150717235339-9f418761a49e74941fef54af25619df4 (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 |