SOURCES SOUGHT
Z -- USACE Galveston District, FY20 GIWW Rollover to Causeway Maintenance Dredging Galveston and Chambers Counties, Texas, Pipeline Dredging
- Notice Date
- 5/18/2020 2:56:41 PM
- 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
- W912HY20S0032
- Response Due
- 6/2/2020 12:00:00 PM
- Archive Date
- 06/17/2020
- Point of Contact
- William (Bill) Bondurant, Phone: 409-766-3944, Traci Robicheaux, Phone: 409-766-6306
- E-Mail Address
-
william.bondurant@usace.army.mil, Traci.D.Robicheaux@usace.army.mil
(william.bondurant@usace.army.mil, Traci.D.Robicheaux@usace.army.mil)
- Description
- Sources Sought No. W912HY20S0032 Project Title:� USACE Galveston District, FY20 GIWW Rollover to Causeway Maintenance Dredging Galveston and Chambers Counties, Texas, Pipeline Dredging The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject.� THIS IS A NOTICE FOR SOURCES SOUGHT ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID.� THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT.� IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE.� NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT.� RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS.� THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. The purpose of this sources sought announcement is to gain knowledge of interested, capable, and all qualified small businesses including but not limited to Small Business, 8(a) Small Business Development Program, Service Disabled Veteran Owned Small Business, and Hubzone firms. The North American Industry Classification System (NAICS) Code 237990; Size Standard is $30 million. To make appropriate acquisitions for the above project, the Government, will use responses to this sources sought announcement and possible future projects as determined to be in the best interest of the Government.� The order of magnitude for this effort is estimated between $5,000,000.00 and $10,000,000.00. Project Information: Project Consists of shallow draft maintenance Pipeline Dredging as follows: Schedule 1 - Maintenance dredging of seventeen sections varying locations between station 166+000 and 321+000 totaling approximately 980,000 CY. Of the total, approximately 400,000 CY is in the sections covering the Bolivar Flare. Placement areas are primarily upland confined (PAs 35, 36, 42), semi confined (PA 43), and potential beach placement of 160,000 CY at Rollover Pass. Option 1 - Galveston Alternate Route. Maintenance dredging of approximately 300,000 CY with open water placement at PA 50. An additional 35 calendar days will be added to contract duration if awarded. Option 2 - Offats Bayou Main Channel w/ East Wye and West Wye. Maintenance dredging of approximately 100,000 CY with open water placement at PA 53. An additional 20 calendar days will be added to contract duration if awarded. Option 3 - North Ferry Channel (Bolivar Ferry Channel) Maintenance dredging of approximately 210,000 CY with open water placement at PA 43. An additional 35 calendar days will be added to contract duration if awarded. Option 4 - Beneficial use beach placement of approximately 100,000 CY vicinity of Rollover Pass in lieu of upland placement at Placement areas 35 and 36. An additional 15 calendar days will be added to contract duration if awarded. Option 5 - Pierce Marsh Restoration Cell 1 - Maintenance dredging of approximately 130,000 CY from GIWW station 385+000 to station 398+000. Material to be placed at Pierce Marsh Cell 1 for marsh restoration. Option includes raising approximately 7,500 ft of existing perimeter containment berms. An additional 55 calendar days will be added to contract duration if awarded. Option 6 - Pierce Marsh Restoration Cell 2 - Maintenance dredging of approximately 80,000 CY from GIWW station 370+400 to station 374+400 and 398+000 to 402+000. Material to be placed at Pierce Marsh Cell 2 for marsh restoration. Option includes raising approximately 2,500 ft of existing perimeter containment berms. An additional 30 calendar days will be added to contract duration if awarded. Contractor shall demonstrate experience as a prime contractor dredging Federal navigation channels and the ability to produce upwards of 15,000 CY/day with their pipeline dredge equipment.� Contractor should be familiar with working in and around dredge material placement areas due to the soft consistency of the soil and the requirements to maintain the sites during dredging operations.� Contractor should demonstrate experience dredging areas with moderate to heavy barge and ship traffic due to the coordination efforts which must take place with the industries along the Intracoastal Waterway. The estimated award date for this contract is projected for September of 2020. Completion time for the project is 190 calendar days for Schedule 1 and additional days for optional line items as listed above.� If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount of $3,308.00 for each calendar day of delay until the work is completed or accepted. The contractor will be required to provide Performance and Payment Bonds within (5) calendar days after award. �Contractor will be required to furnish Pre-Award documents within 5 days after Bid Opening. The contractor shall begin Work within (10) calendar days after acknowledgement of the Notice to Proceed. If you can meet all of the requirements for this project, please respond to this sources sought announcement by e-mail, to the attention of William (Bill) Bondurant, William.Bondurant@usace.army.mil.� Responses must be received no later than 02:00 P.M. Central Standard Time on June 2, 2020.� The following information is requested: 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 ).� � Name of firm w/address, phone, fax, e-mail address, and point of contact. � State if your company is a Small Business, SBA Certified 8(a) firm, HubZone Small Business, or Service Disabled Veteran-Owned Small Business. � State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount). � Please indicate whether your firm will submit a bid for this project, if this project is set-aside for Small Business, 8(a), Hubzone Small Business, or Service Disabled Veteran-Owned Small Business. � Qualifications:� Responses to this sources sought announcement shall indicate specialized experience and technical competence in: (a) Contractor must be experienced in completing work outlined under the paragraph above for �Project Information�. (b) Provide documentation for your firm on past similar efforts as a prime contractor. (c) Provide a list of your present commitments and completion dates for these commitments.� Identify dredge on present commitments and identify dredge and size of dredge to be used on this requirement.� The evaluation will consider overall experience. �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, dredge and size of dredge utilized, average production on the job, 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: Sara Clark, 409-908-5810 or preferably by email: Sara.A.Clark@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4baac4b807b74d079404e8a25e116fc0/view)
- Place of Performance
- Address: Abbott, TX, USA
- Country: USA
- Country: USA
- Record
- SN05661672-F 20200520/200518230157 (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 |