Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2025 SAM #8507
SOLICITATION NOTICE

Z -- USACE Galveston District - Texas City I-Wall Replacement

Notice Date
3/10/2025 7:58:42 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
W912HY25R0013
 
Response Due
4/16/2025 8:00:00 AM
 
Archive Date
05/01/2025
 
Point of Contact
Carmen E. Hopkins, Phone: 4097663178, Carol Hodges, Phone: 4097663198
 
E-Mail Address
carmen.e.hopkins@usace.army.mil, carol.w.hodges@usace.army.mil
(carmen.e.hopkins@usace.army.mil, carol.w.hodges@usace.army.mil)
 
Description
**Previous Notice was for IFB W912HY25B0009, requirement is now solicited as an RFP W912HY25R0013** The U.S. Army Corps of Engineers (USACE) Galveston District intends to issue a Design-Bid-Build solicitation for a Firm Fixed-Price, construction contract for the Texas City I-Wall Replacement. The project includes the demolition of approximately 360 linear feet of existing floodwall and construction of approximately 360 linear feet of new floodwall. Demolition also includes specified features such as pavements, existing HESCO barrier and storm drain infrastructure and other existing features in direct conflict with construction that are not handled by the non-federal sponsor. The I-wall will be replaced with a concrete inverted T-wall that goes from ground elevation (approx. 9.5 feet on average) to elevation 22.25 feet, consisting of approximately 12,800 linear feet of steel H-piles, miscellaneous earthwork, and water-tight door and frame. The project also includes the placement of Temporary Flood Protection. The work area is within an active chemical refinery and the contractor will be required to provide security personnel to meet MARSEC requirements. Additionally, vibration monitoring will be required. All work activities due to loading and unloading along the dock must be coordinated by contractor with INEOS. This project is located in Galveston County, Texas City, Texas. During solicitation phase, the contractors will provide a technical solution and a price proposal. The contract will be awarded based upon a Best Value Trade-Off process. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. The solicitation will be issued as an Unrestricted (Full and Open), Request for Proposal (RFP). The estimated performance period for completion of construction is 480 calendar days from the issuance of the Notice to Proceed (NTP). The solicitation will be available on or about April 16, 2025. The solicitation, including any amendments, shall establish the official proposal due date. The North American Industry Classification System (NAICS) Code is 237990, (Other Heavy and Civil Engineering Construction). The estimated magnitude of this project is between $10,000,000 - $25,000,000. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet website at https://www.sam.gov. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective offeror. Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov. All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A Bidder Inquiry Key will be provided with the solicitation. A Proposal Guarantee will be required in the amount of 20% of the Offeror�s proposed price or $3,000,000, whichever is less. Performance Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. ********************** ATTENTION NEW REQUIREMENTS************************* NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (NIST) SCORE IN THE SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) REQUIREMENT: 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. AVAILABLITY OF PLANS AND SPECIFICATIONS ON THE PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) SYSTEM: DASA(P) Policy 21- 81, Dated 20 August 2021 - Contractors may view and/or download the Request for Proposal (RFP) and all amendments at the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. Plans and specification will not be available in paper format or on compact disc. It is the offeror's responsibility to monitor the PIEE Solicitation Model daily (using the above link) for plans, specification, and amendments to the solicitation. INSTRUCTIONS ON SENDING ELECTRONIC OFFEROR PROPOSALS: Electronic copies of each volume shall be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) Module at https://piee.eb.mil/. 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 Kansas City 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 antivirus scan before submission. Electronic files shall be clearly identified for each volume, section, and item. Points of Contact: The points of contact for all questions/inquiries is Carmen Hopkins at carmen.e.hopkins@usace.army.mil and Carol W. Hodges at carol.w.hodges@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b53c7e131ae24e37a29b1a2fdab02ba1/view)
 
Place of Performance
Address: Texas City, TX 77590, USA
Zip Code: 77590
Country: USA
 
Record
SN07366452-F 20250312/250310230044 (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.