Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2024 SAM #8331
SOLICITATION NOTICE

Z -- Houston Ship Channel (HSC), Texas Expansion Channel Improvement Project (ECIP) Beltway 8 DMPA

Notice Date
9/16/2024 10:21:13 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
W912HY25B0006
 
Response Due
10/2/2024 12:00:00 PM
 
Archive Date
10/17/2024
 
Point of Contact
James Spenn, Phone: 4097666310, Jeremy Babb, Phone: 4097663900
 
E-Mail Address
james.j.spenn@usace.army.mil, jeremy.babb@usace.army.mil
(james.j.spenn@usace.army.mil, jeremy.babb@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Houston Ship Channel (HSC), Texas Expansion Channel Improvement Project (ECIP) Beltway 8 DMPA. The U.S. Army Corps of Engineers, Galveston District, intends to issue a Solicitation for construction services for the project titled ""Houston Ship Channel (HSC), Texas Expansion Channel Improvement Project (ECIP) Beltway 8 DMPA�. The Houston Ship Channel (HSC) provides access to various private and public docks and berthing areas associated with Port Houston. It is the longest major navigation channel, of a larger system of navigation channels of the Galveston Bay Area, located in Harris, Chambers, and Galveston Counties, Texas. The�385-acre�""Beltway-8�(BW-8)""�project�site�in�Texas�is�a�brand-new�placement�area�(PA) to be built�to�support�the�Houston�Ship�Channel. The scope of work at BW-8 consists of earthwork construction on Port of Houston property to build a dredge management placement area (DMPA). �The earthwork DMPA improvement involves grading, clearing, grubbing, and stripping, as well as constructing the new upland Placement Area's perimeter dikes and drainage channels, outfall, and other features.� The DMPA improvement will be made ready for when dredged material will be placed into the interior at a future date. This solicitation is being issued as 100% Small Business Set-Aside. Currently, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. Currently, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. There are zero (O) option CLIN(s) that have been identified for this project. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $25,000,000 and $100,000,000. This solicitation will be issued as an Invitation for Bid (IFB) and evaluated based on price and in accordance with FAR 41.1 The IFB will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 365 days from Notice to Proceed (NTP). The solicitation is planned to be posted on or about November 26, 2024 and bids will be due on or about December 27, 2024 within the Procurement Integrated Enterprise Environment (PIEE). The solicitation, including any amendments, shall establish the official opening and closing dates and times. Bid Bonds and Payment bonds will be required. Payment bonds will be required for the full amount (100%) of the awarded contract before Notice to Proceed can be issued. See FAR Clause 52.228-13. The North American Industry Classification System (NAICS) Code for this project is 237990 - Other Civil and Civil Engineering Construction, with a size standard of $45,000,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. To view or download the solicitation requires registration at the Contracting Opportunities via the Sam.gov website at http://www.sam.gov. Downloads are available only through the Contracting Opportunities - Sam.gov website. Any amendments will only be available from the Contracting Opportunities�Sam.gov website. Offerors are responsible for checking the Contracting Opportunities - Sam.gov website frequently for any update(s) to this Pre�Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. The point-of-contact for administrative for contractual questions is James Spenn via email: James.J.Spenn@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4be89e138a584472a39ac3427bf99ab7/view)
 
Place of Performance
Address: Houston, TX 77015, USA
Zip Code: 77015
Country: USA
 
Record
SN07212458-F 20240918/240916230114 (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.