Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 19, 2023 SAM #7754
SOLICITATION NOTICE

Y -- USACE FY23 Texas City I Wall Replacement

Notice Date
2/17/2023 12:13:38 PM
 
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
W912HY23R0005
 
Response Due
4/6/2023 12:00:00 PM
 
Point of Contact
Brian Winters, Phone: 409-765-4652, Maria E. Rodriguez, Phone: 4094436810
 
E-Mail Address
brian.h.winters@usace.army.mil, maria.e.rodriguez@usace.army.mil
(brian.h.winters@usace.army.mil, maria.e.rodriguez@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers � Galveston District has been tasked to solicit and award a Construction Contract under Full and Open Competition for the demolition and replacement of the Texas City I Wall located in Texas City, Texas. The proposed project will result in a firm-fixed price contract. The government intends to issue an UNRESTRICTED- Request for Proposal (RFP) solicitation utilizing Lowest Priced Technically Acceptable Source Selection Procedures. The Evaluation Factors will be identified in the RFP. Notice: The PRESOLITATION NOTICE For W912HY22R0008 (Texas City I Wall Replacement) has been cancelled and will now be posted as W912HY23R0005 to supersede the previous pre-solicitation notice that was posted in FY 22. Project Information: General Description: The project includes the demolition of approximately 600 linear feet of existing 18"" and 24"" thick concrete I-Wall, including a vehicle access gate and pedestrian gate. Demolition also includes the removal and/or cut-off of numerous 30"" diameter steel soldier piles; existing drainage and water lines; and other existing features in direct conflict with construction. The I-Wall will be replaced with a 15-foot-high concrete inverted T-Wall, consisting of approximately 15,000 linear feet of steel H-piles, a sheet pile cut-off wall, approximately 6 feet of excavation and miscellaneous earthwork, and new vehicular and pedestrian access gates. The project also includes the placement of Temporary Flood Protection, a concrete scour pad on the flood side, and a new drainage system on the protected side. The work area is within an active chemical refinery and the contractor will be required to provide security personnel to meet Maritime Security (MARSEC) requirements. Additionally, vibration monitoring will be required. Hot work permits must be obtained daily from the site representatives, and no work permits will be granted on days a ship or barge is loading at Dock #1. The contractor must always maintain access to Dock #1, therefore, construction sequencing has been determined. Completion Time: The contractor shall complete the entire work not later than 730 calendar days after the date the contractor receives 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 the amount of $3,785.00 for each calendar day of delay until the work is completed or accepted. Estimated magnitude for this effort is between $10,000,000 and $25,000,000. NAICS Code 237990, Other Heavy and Civil Engineering Construction. SB Size Standard is $36.5M.� PSC Code:� Y1KZ Construction of Other conservation and development facilities Bonding Requirements:� The Contractor will be required to provide the Performance and Payment Bonds within 3 calendar day after award.� The contractor shall begin work within 10 calendar days after acknowledgement of the Notice to Proceed. Applicable to Large Businesses:� Large Business firms will be required to submit a Small Business (SB) Subcontracting Plan with their initial proposal in accordance with FAR 52.219-9 Alt II.� The Galveston District SB Subcontracting Goals for this contract are as follows:� Small Business: {68%}. Small Disadvantaged Business (SDB): {16%}. Woman-Owned Small Business (WOSB): {23%}. Historically Underutilized Business Zone (HUBZone) Small Business: {21%}. Veteran Owned Small Business (VOSB): {2%}. Service Disabled Veteran Owned Small Business (SDVOSB): {1%}; Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) {0%} Anticipated solicitation issuance date is on or about 7 Mar 2023 and the estimated proposal due date will be on or about 6 Apr 2023 at 2:00 pm (DST) The solicitation plans, and specs will be issued on PIEE.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. It is recommended that potential offers seeking to do business with the US Army Corps of Engineers (USACE) Southwestern Division complete a vendor registration in SAM.gov and https://piee.eb.mil/ , as you will be required to submit an electronic bid/offer submission through the PIEE Solicitation Module. Proposals submitted by mail or hand-carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of proposals. All proposals received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR). For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.? It is the Offeror�s responsibility to obtain written confirmation of receipt of all electronic files of the full proposal by the USACE SWG District Contracting office. If the Solicitation Module is not operational, the alternate method for proposal submission is via email to the email address noted on Block 10 of the front of the SF1442 ONLY. The Offeror must obtain prior approval from the Contracting Officer to use the alternate submission method. Offerors are responsible for ensuring electronic copies are virus-free and shall run an anti-virus scan before submission.? Electronic files shall be clearly identified with the Solicitation Number and for each volume, section, and item.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e2e8f6c468c74dd69d0a50f58c6e059b/view)
 
Place of Performance
Address: Texas City, TX 77592, USA
Zip Code: 77592
Country: USA
 
Record
SN06595226-F 20230219/230217230105 (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.