MODIFICATION
Z -- GIWW, Texas Main Channel From High Island to Rollover Pass in Chambers County, Texas, Pipeline Dredging - Amendment 3
- Notice Date
- 9/13/2019
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, US Army Corps of Engineers, USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, Texas, 77553-1229, United States
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY19B0023
- Archive Date
- 10/1/2019
- Point of Contact
- William (Bill) Bondurant, Phone: 4097663944, Aldrich Antonia Nichols, Phone: 409 766 3963
- E-Mail Address
-
william.bondurant@usace.army.mil, aldrich.a.nichols@usace.army.mil
(william.bondurant@usace.army.mil, aldrich.a.nichols@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 0003 W912HY19B0023 The U. S. Army Corps of Engineers, Galveston District Office requires a contract for Gulf Intracoastal Waterway, Texas GIWW, Texas Main Channel From High Island to Rollover Pass in Chambers County, Texas, Pipeline Dredging. Unrestricted Procurement. THE WORK CONSISTS OF: The United States Army Corps of Engineers (USACE), Galveston District (SWG) plans to issue an Invitation For Bid to procure work consisting of Maintenance dredging of GIWW between High Island and Rollover Pass. Schedule 1. The amount of material to be dredged is approximately 290,000 CY with beach placement of approximately 111,000 CY of the material at Rollover Beach. In addition, dredging of the Bolivar Flare of approximately 880,000 CY. All remaining Material after the Beach Placement will be deposited in a mix of upland and semi confined placement areas. Option 1 - Additional dredging between Rollover Rollover Pass and Bolivar Flare of 220,000 CY; an additional 30 calendar days added if awarded. Option 2- Dredging of the Channel to Bolivar, North Ferry Channel of approximately 15,000 CY. If awarded, an additional 10 calendar days will be added to contract completion time. Option 3- Dredging of sections at Rollover Pass (180,000 CY) with beach placement on west Rollover. If awarded an additional 30 calendar days will be added to contract completion time. Option 4- Offats Bayou West Wye - approximately 65,000 CY. If awarded an additional 10 calendar days will be added to contract completion time. Option 5- Offats Bayou Main Channel With East Wye - Approximately 135,000 CY. If awarded an additional 20 calendar days will be added to contract completion time. 1. Completion Time for Schedule No. 1 for this project is estimated at 198 calendar days after acknowledgement of the Notice to Proceed (NTP). 2. The solicitation issued will be a firm-fixed price contract award. Estimated magnitude for this effort is estimated to be between $5,000,000 and $10,000,000. 3. 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. 4. Furnish pre-award documents within 2 working days after Bid Opening. Prior Government contract work is not required for submitting a response to the solicitation. The Solicitation issued will be Firm Fixed Price. This solicitation is subject to the availability of funds. The Solicitation is an Unrestricted Procurement. The Solicitation will be issued on or about August 16, 2019. Response date to be on or about September 16, 2019. ATTENTION TO OFFEROR(s)/CONTRACTOR(s): EFFECTIVE MARCH 22, 2018, YOU MUST SUBMIT A NOTARIZED LETTER APPOINTING THE AUTHORIZED ENTITY ADMINISTRATOR BEFORE YOUR REGISTRATION WILL BE ACTIVATED. THIS REQUIREMENT NOW APPLIES TO BOTH NEW AND EXISTING ENTITIES. MAKE SURE YOUR SAM PROFILE INCLUDES "ALL AWARDS" AND NOT JUST "FEDERAL ASSISTANCE AWARDS" AS THIS OPTION IS ONLY FOR GRANTS AND COOPERATIVE AGREEMENTS. PLEASE VISIT WWW.SAM.GOV FOR INFORMATION. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990- Heavy Construction/Dredging. The Small Business Size Standard is $27.5 Million. 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. 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 William (Bill) Bondurant, at email william.bondurant@usace.army.mil or phone 409-766-3944 between the hours of 8:30 AM to 4:30 PM, Monday through Friday, excluding Federal Holidays. EMAIL IS PREFERRED. 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/DACA64/W912HY19B0023/listing.html)
- Place of Performance
- Address: Galveston and Chambers County, Texas, United States
- Record
- SN05444110-W 20190915/190913230733-cd97bdcac88d39a0ecde34e219c3fd00 (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 |