SOURCES SOUGHT
Z -- SOURCES SOUGHT Port Arthur Hurricane Harvey PL 84-99 Repair
- Notice Date
- 10/4/2018
- 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
- W9126G19S0001
- Archive Date
- 11/3/2018
- Point of Contact
- CELIA E. COCKBURN, Phone: 4097663067, Maria E. Rodriguez, Phone: 4097666331
- E-Mail Address
-
celia.e.cockburn@usace.army.mil, maria.e.rodriguez@usace.army.mil
(celia.e.cockburn@usace.army.mil, maria.e.rodriguez@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 Port Arthur Hurricane Harvey PL 84-99 repairs. 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), Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: This project will consist of repairing levee embankment slope failures, and replacing damaged pump station equipment in the city of Port Arthur, Texas. There are 5 different locations for the levee embankment slope failures all located within a 10 mile radius. This work will include removing existing disturbed soil from the levee and rebuilding the slope following moisture and compaction specifications. A portion of the existing disturbed soil will not be reused in the reconstruction of the levee, but instead disposed of following any federal/state laws. Any additional soils needed to complete the final grading will be transported to site from commercial barrow source. The reconstructed levee surface will then be sodded to restore vegetation coverage. There are 2 different locations for the pump station repair work located 5 miles from each other. This work will include acquiring required replacement equipment, removing existing damaged equipment, and installing required replacement equipment at the designated locations, which may not be the same as the original locations. 1. Estimated magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00. 2. NAICS Code 237990, Other Heavy and Civil Engineering Construction. 3. SB Size Standard, $36.5M for construction. 4. PSC Code - Z2KF 5. Bonding Requirements - The Contractor will be required to provide the Performance and Payment Bonds within (5) calendar days after award. The contractor shall begin work within (24) calendar days after acknowledgement of the Notice to Proceed. 6. Furnish pre-award documents within 5 working days after Bid Opening. 7. Completion Time for Schedule: for this project is estimated at 150 calendar days after acknowledgement of 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 an amount to be determined for each calendar day of delay until the work is completed or accepted. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 19 Dec 2018, and the estimated proposal due date will be on or about 18 Jan 2019. 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. FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: 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 an SBA Certified 8(a) firm, HubZone Small Business, or Service Disabled Veteran-Owned Small Business, Woman-Owned Small Business (WOSB). Proof of Small Business Administration (SBA) registration for 8(a) and Hubzone Small Business shall be provided with this response. 4. State your firm's bonding capacity for a single contract and your firm's aggregate bonding capacity. 5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), Hubzone Small Business, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business (WOSB). 6. Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in: concrete work for similar type projects in magnitude and dollar value. The determination will consider overall experience. Provide documentation for your firm on past similar efforts as a prime contractor. 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. 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. Interested firms shall respond to this Sources Sought Synopsis no later than 10:00 a.m., Central Standard Time, on 19 Oct 2019. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Celia E. Cockburn, Galveston, 2000 Fort Point Road, Galveston, TX 77550-1229, 409-766-3067, celia.e.cockburn@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/DACA63/W9126G19S0001/listing.html)
- Place of Performance
- Address: 5 different locations for the levee embankment slope failures all located within a 10 mile radius, 2 different locations for the pump station repair work located 5 miles from each other, Port Arthur, Texas, 77642, United States
- Zip Code: 77642
- Zip Code: 77642
- Record
- SN05115263-W 20181006/181004230624-de9aefe1681f20085adedfe804743364 (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 |