Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2022 SAM #7369
SOURCES SOUGHT

Z -- Houston Ship Channel, Redfish to Beacon 78 with Bayport Flare in Chambers County, Texas Hopper Dredging

Notice Date
2/1/2022 10:01:05 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
W912HY22S0009
 
Response Due
2/15/2022 12:00:00 PM
 
Point of Contact
Lucille R. Smith, Phone: 4097663845, Curtis Cole, Jr., Phone: 4097663185
 
E-Mail Address
lucille.r.smith@usace.army.mil, curtis.cole@usace.army.mil
(lucille.r.smith@usace.army.mil, curtis.cole@usace.army.mil)
 
Description
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 ANNOUNCEMENT SEEKS INFORMATION FROM INDUSTRY, WHICH WILL BE USED FOR PRELIMINARY PLANNING PURPOSES. �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. �REPONSE 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 purpose of this sources sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the small business community: Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service Disabled Veteran Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO) and Woman Owned (WO) Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Please NOTE this solicitation WILL require offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to this solicitation. �The NIST score is a responsiveness item. Bids/offers from contractors with a NIST score in SPRS will be considered responsive and evaluated/considered for award. �Those without a NIST score in SPRS will be deemed NON-RESPONSIVE and thus not evaluated/considered for award. � Project Information:� 1.�� � Hopper Dredging in the Houston Ship Channel from Redfish to Bayport including the Bayport Flare. �Material will be placed into the Ocean Dredge Material Disposal Site(s) (ODMDS) located adjacent to the Galveston Entrance Channel. The ODMDS is broken into 6 cells (A-f). �Cells D & F will be available for this contract. �Solicitation will include Schedule No. 1 and dredging options, turtle trawling, and endangered species observers� requirement options. Estimated quantities will be between 1.5 � 2.5 million cubic yards (CY). 2.�� �Period of Performance is yet to be determined, but production rate is expected to be approximately 20,000 CY/Day. 3.�� �Estimated magnitude for this effort is between $10,000,000.00 and $25,000,000.00. 4.�� �NAICS Code 237990, Other Heavy and Civil Engineering Construction, Dredging.� 5.�� �SB Size Standard is $30 million for dredging. � 6.�� �PSC Code: �Z1KB 7.�� �Bonding Requirements: �The Contractor will be required to provide the Performance and Payment Bonds within 2 calendar days after award. �The contractor shall begin work within 10 calendar days after receipt of the Notice to Proceed. 8.�� �If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the estimated amount of $3,503.00 for each calendar day of delay until the work is completed or accepted. 9.�� �For technical questions, please contact: Mikko Kuch, Office No. 409-766-6309 or Email: mikko.h.kuch@usace.army.mil .� 10.�� �Estimated solicitation advertisement date is on or about March 2022, and the estimated response date will be on or about April 2022. �Estimated award date is May 2022. Prior Government contract work is not required for submitting a response under this sources sought synopsis. 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.�� �Name of firm w/address, phone, fax, e-mail address, and point of contact. 3.�� �State if your company is a Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO) and Woman Owned (WO) Woman-Owned Small Business (WOSB). Proof of Small Business Administration (SBA) registration for 8(a), Hubzone Small Business and Woman-Owned Small Business shall be provided as part of your documentation. 4.�� �State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount). 5.�� �Indicate whether your firm will submit a bid for this project if set-aside for Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO) and Woman Owned (WO) Woman-Owned Small Business (WOSB).� 6.�� �Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. 7.�� �Qualifications: �Responses to this source 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 a list of your present commitments and completion dates for these commitments. Identify dredge on present commitments and identify dredge to be used on this requirement. Contractor shall provide experience as a Prime Contractor dredging Deep Draft Navigation Channels utilizing a Hopper Trailing Suction Dredge. The contractor shall provide the Production Rates. �The evaluation will consider overall experience. 8.�� �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, contact and phone number for each effort. � 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. � If you can meet all of the requirements for this project, please respond to this source sought announcement by e-mail, to the attention of Lucille R. Smith, �Lucille.r.smith@usace.army.mil . �Responses must be received no later than February 15, 2022 @ 2:00 P.M. Central Standard Time. � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/469bf0485baa4e7dafaa488c9970027c/view)
 
Place of Performance
Address: Houston, TX, USA
Country: USA
 
Record
SN06230548-F 20220203/220201230116 (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.