Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SOURCES SOUGHT

99 -- USACE GALVESTON DISTRIC, IMPROVEMENTS TO LOST LAKE PLACEMENT AREA, HARRIS COUNTY, TEXAS

Notice Date
3/31/2020 9:23:44 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT GALVESTON GALVESTON TX 77550-1229 USA
 
ZIP Code
77550-1229
 
Solicitation Number
W912HY20S0021
 
Response Due
4/14/2020 12:00:00 PM
 
Archive Date
04/29/2020
 
Point of Contact
Traci Robicheaux, Phone: 4097666306, Kirsten Snead, Phone: 4097663067
 
E-Mail Address
traci.d.robicheaux@usace.army.mil, Kirsten.D.Snead@usace.army.mil
(traci.d.robicheaux@usace.army.mil, Kirsten.D.Snead@usace.army.mil)
 
Description
FINAL SOURCES SOUGHT SYNOPSIS For Improvements of Lost Lake Placement Area, Harris County, Texas Sources Sought No. W912HY20S0021 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 Improvements at the Lost Lake Placement Area, Harris County, Texas.� 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), and Woman-Owned Small Business.� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� FULL DESCRIPTION OF THE PROJECT TO INCLUDE: Construction work.� A dredged material placement area along the Houston Ship Channel, only accessible by water. Dike raising work will consist of placement of approximately 98,000 CY of semi-compacted fill, 70,000 LF of ditching, removal and replacement of the two existing drop outlet structures, placement of approximately 360 tons of riprap, 85 tons of blanket stone, 275 SY of geotextile fabric, and 50,000 SY of turfing. Contractor should have experience with dredged material placement areas construction and demonstrate previous contract experience as a Prime Contractor raising dikes of dredged material placement areas, constructing ditches in dredged material placement areas, and installing new drop outlet structures at dredge material placement areas. Contractor should expect to use equipment with low ground pressure due to the soft/wet material in which the equipment will be operating. Contractor should observe conditions associated with Dredged Material Placement Areas. Conditions within the placement area are typically very wet. Lost Lake Dredge Material Placement Area is located adjacent to the Houston Ship Channel between Old River and the San Jacinto River. Contractor should expect heavy barge and ship traffic in the water around the site.� Site visit is highly encouraged. � Estimated magnitude for this effort is estimated between $5,000,000.00 and $10,000,000.00. NAICS Code 237990, Other Heavy and Civil Engineering Construction � SB Size Standard, $36.5M for construction.� PSC Code � Z2KF 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. � Furnish pre-award documents within 2 working day after Bid Opening. Completion Time for this project is estimated at 237 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. Anticipated solicitation issuance date is on or about JUN 2020, and the estimated proposal due date will be on or about JUL 2019.� 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. � � FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: 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. Firm's name, address, point of contact, phone number, and e-mail address. 3. Indicate whether your firm will submit a bid for this project if this project is set-aside for Small Business, 8(a), Hub zone Small Business, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran-Owned Small Business. 4. Qualifications:� Responses to this sources sought announcement shall indicate specialized experience and technical competence in work similar to the work required in paragraph 1 under, �Full Description� above.� Provide up to 3 examples of work comparable in magnitude and complexity performed within the past 3 years as a prime contractor (include brief description of the project, customer name, and dollar value of the project). The evaluation will consider overall experience. 5. State the Firm's small business category and Business Size (Small Business, 8(a), Hub zone Small Business, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran- Owned Small Business.) 6. Firm's Joint Venture information if applicable � existing. 7. State your firm�s single bonding amount and your firm�s aggregate bonding amount.� State whether your firm can provide a Bid Bond (20% of total bid amount), and Performance and Payment Bond (100% of the contract amount). Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Interested firms shall respond to this Sources Sought Synopsis no later than 10:00 a.m., Central Standard Time, on 14 APR 20. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Traci D. Robicheaux, Galveston, 2000 Fort Point Road, Galveston, TX 77550-1229, 409-766-6306, traci.d.robicheaux@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b086fa28ec0b41a9839717cdb8a44047/view)
 
Place of Performance
Address: TX, USA
Country: USA
 
Record
SN05606429-F 20200402/200331230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.