SOLICITATION NOTICE
Z -- USACE Galveston District, FY20 GIWW Rollover to Causeway Maintenance Dredging Galveston and Chambers Counties, Texas, Pipeline Dredging
- Notice Date
- 6/5/2020 9:34:44 AM
- Notice Type
- Presolicitation
- 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
- W912HY20B0027
- Response Due
- 8/18/2020 12:00:00 PM
- Archive Date
- 09/02/2020
- 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
- The U.S. Army Corps of Engineers, Galveston District Office requires a contract for: USACE Galveston District, FY20 GIWW Rollover to Causeway Maintenance Dredging Galveston and Chambers Counties, Texas, Pipeline Dredging The work 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. Period of Performance for Schedule 1 is 190 calendar days. Completion time for Optional work is detailed in the description 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 Solicitation will be Issued on or about 17 July 2020. Response date will be on or about 18 August 2020 (All bids must be submitted electronically per Section 00 21 00 of the solicitation). The estimated award date for this contract is projected to be on or about the week of 10 September 2020. 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. The Solicitation issued will be Firm Fixed Price. The order of magnitude for this effort is between $5,000,000.00 and $10,000,000.00. The solicitation is advertised as �UNRESTRICTED� full & open competition to both large and small businesses. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990. The Small Business Size Standard is $30 Million. 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 https://www.sam.gov/SAM/ FOR MORE INFORMATION. All offerors are encouraged to visit the Beta Sam Gov website at https://beta.sam.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://beta.sam.gov/. Offerors must be registered with the Systems for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov/SAM/. The Contract Specialist for this solicitation will be William (Bill) Bondurant (409)766-3944 or preferably by email: William.Bondurant@usace.army.mil .� For technical questions, please contact: Sara Clark at (409) 207-3131 or preferably by email at sara.a.clark@usace.army.mil between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays. 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2050e69b8b6a420ab8c20c45773988db/view)
- Place of Performance
- Address: Abbott, TX, USA
- Country: USA
- Country: USA
- Record
- SN05682019-F 20200607/200605230145 (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 |