SOURCES SOUGHT
Z -- USACE GIWW Galveston Causeway TXDOT Debris Removal, Galveston County, TX
- Notice Date
- 5/28/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W9126G-15-S-0028
- Response Due
- 6/9/2015
- Archive Date
- 7/27/2015
- Point of Contact
- Traci Robicheaux, 4097666306
- E-Mail Address
-
USACE District, Galveston
(traci.d.robicheaux@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For GIWW - Galveston Causeway TxDOT Debris, Galveston County, TX Sources Sought No. W9126G-15-S-0028 This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Galveston has been tasked to solicit for and award a project/procurement for GIWW Galveston Causeway Texas Department of Transportation (TXDOT) Debris, Galveston County, TX. Includes demolition and debris removal of remnant bridge structures within and adjacent to GIWW, vicinity of Galveston Causeway and Railroad bridges. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. Demolition of remnant navigation-span piers, fenders, pilings, and removal of associated debris from within and immediately adjacent to the GIWW between the Galveston Causeway and Railroad Bridges in Galveston County, TX. The contractor should expect to encounter hard objects that consist of concrete pieces in excess of 30 tons, concrete rubble piles and timber pilings from previously demolished fender systems, timber debris, steel, cables, and other unknown debris or structure not identified in this solicitation. Debris materials to be removed and placed onshore, as specified, shall become the property of the Contractor and shall be transported to approved locations off-site and disposed in accordance with Federal, State, and local requirements. The Contractor should expect to encounter creosote-treated timber piles during removal operations. No disposal or storage site will be furnished by the Government. All non-hazardous waste debris shall be removed from the work site and disposed at an approved offsite Construction & Demolition (C&D) landfill determined by the Contractor. Required debris clearance depth is -20 feet Mean Low Tide (MLT). All sediment removed during the debris removal operations is required to be screened or separated from debris, prior to hauling debris offsite. After debris work areas are cleared and approved, the sediment is required to be backfilled in the excavated holes within the work area limits and no higher than -16 feet MLT. The Contractor should expect the objects and debris to be buried to some extent with sediment, in which jetting, scouring, or other acceptable method of excavation may be required during the demolition and debris removal process. quote mark The Contractor will be required to separate the demolished materials and sediment with the use of a screening device. The Contractor may store the sediment either onsite or offsite during the debris removal operations. The screened sediment shall be backfilled into the excavated holes within the work area limits, once trawling operations and quote mark After Debris Removal quote mark Multi-Beam Surveys have been conducted to verify clearance of the debris remnants. The backfilled sediment shall not contain any object sizes greater than 4 inches by 4 inches. The Contractor shall not place back the sediment higher than -16 feet MLT within the work area limits. 2. Pre-Solicitation conference will be scheduled within 10 calendar days after issue of solicitation. 3. Estimated construction range $5,000,000.00 and $10,000,000.00. 4. NAICS Code 237990, Other Heavy and Civil Engineering Construction 5. SB Size Standard, $36.5M 6. FSC Code - Z2KF 7. Bonding Requirements - The Contractor shall provide Performance and Payment Bonds within (5) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the Notice to Proceed. 8. Completion Time for this project is estimated at 150 calendar days after acknowledgement of the Notice to Proceed. 9. This is a construction job and contractors are required to self-perform a minimum of 15% of the work Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 15 Jul 2015, and the estimated proposal due date will be on or about 17 Aug 2015. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity, include firm's capability to execute comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. Contractors are required to self-perform 15% of the work. Identify all work that will be subcontracted. Submit the subcontractor, their equipment and their experience in this type of work. 4. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) 5. Firm's Joint Venture information if applicable - existing 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company 7. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Interested Firm's shall respond to this Sources Sought Synopsis no later than 10:00 a.m. Central Daylight Time (CDT), 9 Jun 2015. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Traci D. Robicheaux, Galveston, 2000 Fort Point Road, Galveston, TX 77550-1229, 409-766-6306, traci.d.robicheaux@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-15-S-0028/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN03744792-W 20150530/150529035326-fd369ab1b77b12900434f345b4a1fe99 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |