SOLICITATION NOTICE
Z -- USACE, GIWW, Texas, Aransas National Wildlife Refuge, Beneficial Use Site B, Breakwater Extension, Aransas County, Texas, Construction
- Notice Date
- 3/30/2017
- Notice Type
- Presolicitation
- 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
- W9126G-17-B-0012
- Archive Date
- 5/30/2017
- Point of Contact
- Traci D. Robicheaux, Phone: 4097666306, Maria E. Rodriguez, Phone: 4097666331
- E-Mail Address
-
traci.d.robicheaux@usace.army.mil, maria.e.rodriguez@usace.army.mil
(traci.d.robicheaux@usace.army.mil, maria.e.rodriguez@usace.army.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Pre-solicitation Synopsis W9126G-17-B-0012 The U. S. Army Corps of Engineers, Gulf Intracoastal Waterway (GIWW), Texas, Aransas National Wildlife Refuge (ANWAR) Beneficial Use Site (BUS) "B" Breakwater Extension, Aransas County, Texas, Construction. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. Schedule 1 includes construction of an approximately 2,000 ft extension of an existing breakwater at the GIWW BUS B with the ANWR. Options 1-4 are for 300 ft increments. Estimated Volumes are: Schedule 1 (1,800 Lineal Ft) Rip Rap (TN) 12,000 (TN) Blanket Stone (TN) 4,300 (TN) Geotextile (TN) 7,800 (TN) Options 1-4 (volumes per each 300 Lineal Ft Option) Rip Rap (TN) 2,000 (TN) Blanket Stone (TN) 800 (TN) Geotextile (TN) 1,300 (TN). Award of options is subject to the availability of funds. An additional time of 10 calendar days will be added for completion. Whooping Crane window is closed to construction 15 Oct through 15 Apr. 1. Estimated magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. 2. NAICS Code 237990, Other Heavy and Civil Engineering Construction 3. SB Size Standard, $36.5M for construction. 4. PSC Code - Z2KF 5. Bonding Requirements - The Contractor will be required to provide the 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. 6. Furnish pre-award documents within 2 working days after Bid Opening. 7. Completion Time for Schedule No. 1 for this project is estimated at 365 calendar 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 Woman-Owned Small Business (WOSB) Set-Aside. The Solicitation will be issued on or about 14 Apr 2017. Response date on or about 15 May 2017. 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/W9126G-17-B-0012/listing.html)
- Place of Performance
- Address: Aransas National Wildlife Refuge(ANWR), Aransas County, Texas, Aransas, Texas, 78336, United States
- Zip Code: 78336
- Zip Code: 78336
- Record
- SN04454491-W 20170401/170330235827-300291aa317c6a2ea6c7fa76d4e3ed2d (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 |