SOURCES SOUGHT
Z -- Gulf Intracoastal Waterway, Texas Corpus Christi to Port Isabel, Pipeline Dredging
- Notice Date
- 5/3/2021 2:33:11 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
- W912HY21S0019
- Response Due
- 5/18/2021 12:00:00 PM
- Archive Date
- 06/02/2021
- Point of Contact
- Jennifer Peterson, Phone: 4097663849, Aldrich Antonia Nichols, Phone: 4097663963
- E-Mail Address
-
jennifer.l.peterson@usace.army.mil, aldrich.a.nichols@usace.army.mil
(jennifer.l.peterson@usace.army.mil, aldrich.a.nichols@usace.army.mil)
- Description
- Project Title:� �Gulf Intracoastal Waterway, Texas Corpus Christi to Port Isabel, 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 maintenance pipeline dredging of the GIWW Corpus Christi to Port Isabel: GIWW Schedule 1 - pipeline maintenance dredging of approximately 1,400,000 cubic yards between Corpus Christi Bay and Port Isabel, Texas.� Dredging must be completed during period of 1 Nov through 28 Feb.� Option 1 - pipeline maintenance dredging of approximately 8,000 cubic yards between Corpus Christi Bay and Port Isabel, Texas.� If awarded, an additional 5 calendar days will be added to the contract. Option 2 - pipeline maintenance dredging of approximately 78,000 cubic yards between Corpus Christi Bay and Port Isabel, Texas.� If awarded, an additional 10 calendar days will be added to the contract. Option 3 - pipeline maintenance dredging of approximately 90,000 cubic yards between Corpus Christi Bay and Port Isabel, Texas.� If awarded, an additional 11 calendar days will be added to the contract. Option 4 - pipeline maintenance dredging of wyes at GIWW / Channel to Harlingen intersection.� Approximately 200,000 cubic yards.� If awarded, an additional 20 calendar days will be added to the contract. Order of work- The contractor may proceed with the work in any order as long as the dredging constraints of the GIWW Laguna Madre sea-grass window are adhered to. The estimated award date for this contract is projected for September of 2021. Completion time for the project is 135 calendar days for Schedule 1 and 46 calendar days for options. 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 2 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 Jennifer Peterson and Aldrich Nichols, jennifer.l.peterson@usace.army.mil and aldrich.a.nichols@usace.army.mil Responses must be received no later than 02:00 P.M. Central Standard Time on May 18, 2021.� 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.beta.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: Contractor should provide experience in completing work outlined under the paragraph above for �Project Information�. � 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 Adrian Ramos, 956-943-1460 X 1007 office, or preferably by email at Adrian.A.Ramos@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a6546552e5a14898912d1a53e1517bba/view)
- Place of Performance
- Address: Corpus Christi, TX, USA
- Country: USA
- Country: USA
- Record
- SN05990152-F 20210505/210503230118 (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 |