SOURCES SOUGHT
Y -- Corpus Christi Ship Channel, Texas, Channel Improvement Project, Entrance Channel Extension in Nueces and San Patricio County, Texas, Dredging
- Notice Date
- 2/28/2018
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-18-S-0013
- Archive Date
- 3/27/2018
- Point of Contact
- Lucille R. Smith, Phone: 4097663845, Maria E. Rodriguez, Phone: 4097666331
- E-Mail Address
-
lucille.r.smith@usace.army.mil, maria.e.rodriguez@usace.army.mil
(lucille.r.smith@usace.army.mil, maria.e.rodriguez@usace.army.mil)
- Small Business Set-Aside
- N/A
- 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 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 GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. The purpose of this sources sought announcement is to gain knowledge of interested, capable, and all qualified small businesses including but not limited to Small Business, 8(a) Small Business Development Program, Service Disabled Veteran Owned Small Business, and Hubzone firms. The North American Industry Classification System (NAICS) Code 237990; Size Standard $27.5 million. To make appropriate acquisitions for the above project, the Government, will use responses to this sources sought announcement and possible future projects as determined to be in the best interest of the Government. The order of magnitude for this effort is more than $25,000,000.00. Project Information: Type of Dredge: Deep Draft Pipeline and/or Hopper. The work consists of Schedule No. 1 - The Corpus Christi Ship Channel, Texas Channel Improvement Project Entrance Channel Extension that combines maintenance and new work dredging starting at station 70+00, just bay side of the Port Aransas Ferry Landing to -330+00, some 7.6 miles into the Gulf of Mexico. The proposed contract involves the complete clean out (maintenance material) of the existing channel (47/49 feet Mean Lower Low Water (MLLW)) template and the deepening (new work material) of the new channel (54/56 feet MLLW) template. The volume of maintenance material was estimated during an October 2017 survey to be approximately 844,042 CYs and this volume is anticipated to have increased since then due to shoaling. All maintenance material from the existing project template will be dredged and discharged into Ocean Dredged Material Disposal Site (ODMDS) Placement Area 1. The construction of the new channel (authorized depth and advanced maintenance) is estimated to generate approx. 4,458,250 CYs, with allowable over depth estimated at approx. 986,647 CYs of new material. Approximately 2.6 million CYs of new work material will be placed into ODMDS Navy Homeport and the estimated 2.8 million CYs will be placed in Beneficial Use Site MN. NOTE: Performance period restrictions apply for the use of Hopper Dredges for dredging of new work material (does not apply to maintenance material) from November 15th to April 15th due to (National Marine Fisheries Service's Biological Opinion on the Corpus Christi Ship Channel Improvement Project). All Dredges utilized, Pipeline, Hopper, or mechanical proposed for use to beyond the COLREGS Demarcation Lines must follow all applicable Laws and Regulations including but not limited to 33 CFR 81.18. Completion time for Schedule No. 1 is estimated at 365 calendar days. 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 $3,693.00 for each calendar day of delay until the work is completed or accepted. The contractor will be required to provide Performance and Payment Bonds within (3) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the notice to Proceed. The estimated award date for this project is June 2018. If you can meet all of the requirements for this project, please respond to this sources 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 02:00 P.M. Central Standard Time, on March 12, 2018. The following information is requested: 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, SBA Certified 8(a) firm, HubZone Small Business, or Service Disabled Veteran-Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of total bid amount), andPerformance and Payment Bond (100% of the contract amount). 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for Small Business, 8(a), Hubzone Small Business, or Service Disabled Veteran-Owned Small Business. 6. Qualifications: Responses to this sources 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 documentation for your firm on past similar efforts as a prime contractor. (c) 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. The evaluation will consider overall experience. 7. 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. Proof of Small Business Administration (SBA) registration 8(a) and Hubzone Small Business shall be provided with this response. 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. For technical questions, please contact: Carlos Tate at (409) 766-3819 or Mr. Frederick McGee at (409) 766-3060.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-18-S-0013/listing.html)
- Place of Performance
- Address: Nueces and San Patricio County, Texas, United States
- Record
- SN04838141-W 20180302/180228231446-6beffbfbc49df36ce876a9eac151e9f6 (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 |