SOLICITATION NOTICE
Z -- Gulf Intracoastal Waterway FY20 Corpus Christi to Port Isabel and the Channel to Harlington
- Notice Date
- 6/24/2020 8:22:35 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
- W912HY20B0025_
- Response Due
- 7/21/2020 12:00:00 PM
- Archive Date
- 08/05/2020
- Point of Contact
- Kirsten Snead, Phone: 4097663067, Traci Robicheaux, Phone: 4097666306
- E-Mail Address
-
Kirsten.D.Snead@usace.army.mil, traci.d.robicheaux@usace.army.mil
(Kirsten.D.Snead@usace.army.mil, traci.d.robicheaux@usace.army.mil)
- Description
- The U. S. Army Corps of Engineers, Galveston District Office requires a contract for Gulf Intracoastal Waterway FY20 Corpus Christi to Port Isabel and the Channel to Harlington , Nueces County, Texas.� FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1.� Construction work. Maintenance pipeline dredging of the GIWW Corpus Christi to Port Isabel. GIWW Schedule 1 - pipeline maintenance dredging of approximately 1,000,000 cubic yards between Corpus Christi Bay and Port Isabel, Texas.� Dredging must be completed during period of 1 Nov through 28 Feb.� The Laguna Madre is closed to dredging (seagrass environmental window) between March 01 and October 31. Option 1 - pipeline maintenance dredging of approximately 450,000 cubic yards between Corpus Christi Bay and Port Isabel, Texas.� Dredging must be completed during period of 1 Nov through 28 Feb.� The Laguna Madre is closed to dredging (seagrass environmental window) between March 01 and October 31.� The Government may exercise Option 1 by written notice to the Contractor prior to January 19, 2021. The required completion date of this contract if this Option is awarded is February 28, 2021. � Order of work- The contractor may proceed with the work in any order he wishes as long as the dredging constraints of the GIWW Laguna Madre sea-grass window are adhered to.� 2. Estimated magnitude for this effort is estimated between $5,000,000- $10,000,000 3. NAICS Code 237990, Other heavy and Civil Engineering Construction 4. SB Size Standard, $36.5M for construction.� 5. PSC Code- Z2KF 6. 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 (10) calendar days after acknowledgement of the Notice to Proceed. 7. Furnish pre-award documents within 2 working day after Bid Opening. 8. Completion Time for this project is estimated at 100 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. The Solicitation issued will be Firm Fixed Price. This solicitation is subject to the availability of funds. The Solicitation is an UNRESTRICTED Procurement. Anticipated solicitation issuance date is on or about� 21 JUL 2020, and the estimated proposal due date will be on or about� 20 AUG 2020.� The official Synopsis citing the solicitation number will be issued on BetaSam, www.beta.sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.� NOTE:� BetaSam has taken the place of FBO.gov. 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. Firm's name, address, point of contact, phone number, and e-mail address. 3. Indicate whether your firm will submit a bid for this project if this project is set-aside for Small Business, 8(a), Hub zone Small Business, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran-Owned Small Business. 4. Qualifications:� Responses to this sources sought announcement shall indicate specialized experience and technical competence in work similar to the work required in paragraph 1 under, �Full Description� above.� Provide up to 3 examples of work comparable in magnitude and complexity performed within the past 3 years as a prime contractor (include brief description of the project, customer name, and dollar value of the project). The evaluation will consider overall experience. 5. State the Firm's small business category and Business Size (Small Business, 8(a), Hub zone Small Business, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran- Owned Small Business.) 6. Firm's Joint Venture information if applicable � existing. 7. State your firm�s single bonding amount and your firm�s aggregate bonding amount.� State whether your firm can provide a Bid Bond (20% of total bid amount), and Performance and Payment Bond (100% of the contract amount). ATTENTION TO OFFEROR(s)/CONTRACTOR(s): EFFECTIVE MARCH 22, 2018, YOU MUST SUBMIT A NOTARIZED LETTER APPOINTING THE AUTHORIZED ENTITY ADMINISTRATOR BEFORE YOUR REGISTRATION WILL BE ACTIVATED.� THIS REQUIREMENT NOW APPLIES TO BOTH NEW AND EXISTING ENTITIES.� MAKE SURE YOUR SAM PROFILE INCLUDES �ALL AWARDS� AND NOT JUST �FEDERAL ASSISTANCE AWARDS� AS THIS OPTION IS ONLY FOR GRANTS AND COOPERATIVE AGREEMENTS.�� PLEASE VISIT WWW.SAM.GOV FOR INFORMATION. All offerors are encouraged to visit Beta Sam Gov Website at https://beta.sam/gov to view and download the plans, specification and or any amendments for this procurement.� Plans and specifications will not be available in paper format or on compact disc.� To register as an �Interested Vendor�, visit https://www.beta/sam.gov .Offerors must be registered with the SAM, Systems for Award Management, in order to receive a Government contract award. To register, the SAM address is: https://www.sam.gov/SAM/. The Contract Specialist for this solicitation will be Kirsten Snead, at email Kirsten.D.Snead@usace.army.mil between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays.� Email is preferred.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad30d5464b9a41b386e58ad97b82ffeb/view)
- Place of Performance
- Address: TX, USA
- Country: USA
- Country: USA
- Record
- SN05701455-F 20200626/200624230149 (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 |