Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2020 SAM #6917
SPECIAL NOTICE

99 -- Removal and disposal of three (3) pipelines (E30, E32, and E34) located at Corpus Christi Inner Harbor at Avery Point .

Notice Date
11/4/2020 11:11:45 AM
 
Notice Type
Special Notice
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
DEPT OF THE ARMY
 
ZIP Code
00000
 
Solicitation Number
W912HY21NOI0001
 
Response Due
11/19/2020 12:00:00 PM
 
Archive Date
12/04/2020
 
Point of Contact
Lucille Smith, Phone: 409-766-3845, Curtis Cole, Jr., Phone: 409-766-3185
 
E-Mail Address
lucille.r.smith@usace.army.mil, curtis.cole@usace.army.mil
(lucille.r.smith@usace.army.mil, curtis.cole@usace.army.mil)
 
Description
NOTICE OF INTENT: The U.S. Army Corps of Engineers, Galveston District�������������������������� Intends to award Firm-Fixed Price Construction Contract to TTL. Inc., 17215 Jones Maltsberger Road, San Antonio, Texas for removal and disposal of three (3) pipelines (E30, E32, and E34) located at Corpus Christi Inner Harbor at Avery Point to facilitate construction of the Corpus Christi Ship Channel Improvement Project with the Port of Corpus Christi Authority. �The Galveston District intends to award this requirement on a non-competitive basic in accordance with 10 U.S.C 2304 (c) (1) as implemented by FAR Part 6.302-1---Only One Responsible Source and No Other Supplies or Services will satisfy Agency Requirements. TTL is the proposed sole source contractor because this contractor can perform this work at one time to remove the selected three (3) lines in concert with other interconnected existing lines because the lines cannot be removed individually. There are twenty-seven (27) other lines that are being removed by TTL on behalf of several owners. TTL will be required to remove (E30, E32, and E34) pipelines along with 27 other lines No Later Than 31 January 2021. This unique channel location at Avery Point is a very compact and industrial area (e.g. oil and gas lines, mains, pipe rack refineries, and storage tanks) with buried pipeline conflicts throughout. Some lines without much depth of cover and laying closely together and touching or crisscrossing each other. Many of the lines are decades old and are positioned parabolically underneath the federal channel footprint such that removal of all lines in the corridor must be executed simultaneously in a safe and effective way since removal of individual lines cannot be accomplished separately by each pipeline owner/operator due to the conflict of being all intertwined and bundled within a cluster of other owner/operator lines.�� Certain lines may be coated with asbestos due the age of service and require testing in addition to being excavated and cut. �Safety is of extreme importance given some lines are overlapping, touching and will need to be taken out of service or purged. Additionally, TTL will be performing site specific pipeline relocation lowering alterations prior to removals for certain line owners/operators. � No solicitation document is available and telephone requests will not be honored. Interested persons may identify their interest and capability to respond to this requirement with the following information: 1. Name of firm w/address, phone, fax, e-mail address, and point of contact. 2. State if your company is a Large Business, Small Business, SBA Certified 8(a) firm, HubZone Small Business, Service-Disabled Veteran-Owned Small Business or Women-Owned Small Business 3. State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount). 4. Qualifications: Responses to this Notice of Intent announcement shall indicate specialized experience and technical competence in: (a) Contractor must be experienced in removal and disposal of pipelines. (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. 5. 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� for each effort. Proof of Small Business Administration (SBA) registration 8(a) and Hubzone Small Business shall be provided with this response. For technical questions, please contact Jose Castro (409) 766-6334. The Government will consider all responses received by 2:00 PM CST, 19 November 2020. Information received will be considered solely for determining whether to conduct a competitive procurement. The Government will not pay for any information submitted by respondents in response to this Notice of Intent. Also, The Government will not pay for any preparation cost associated with this Notice of Intent. All timely responses will be considered. No hard copy or facsimile submissions will be accepted. All interested firms must be registered in SAM to be eligible for award of Government contracts. Information shall be provided via email to Lucille Smith, Email:��lucille.r.smith@usace.army.mil �and Curtis Cole, Jr.,�Email:� curtis.cole@usace.army.mil�.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5ac83d542cbf465696da0c14f6fd6c7a/view)
 
Place of Performance
Address: Corpus Christi, TX, USA
Country: USA
 
Record
SN05845636-F 20201106/201104230136 (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.