SOURCES SOUGHT
Y -- Texas City I Wall
- Notice Date
- 12/15/2021 1:55:27 PM
- Notice Type
- Sources Sought
- 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
- W912HY22S0007
- Response Due
- 12/29/2021 2:00:00 PM
- Point of Contact
- Ronalda Burton, Phone: 4098882925, Maria E Rodriguez, Phone: 4097666331, Fax: 4097663010
- E-Mail Address
-
ronalda.burton@usace.army.mil, maria.e.rodriguez@usace.army.mil
(ronalda.burton@usace.army.mil, maria.e.rodriguez@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS For W912HY-22-S-0007 Texas City I Wall This SOURCES SOUGHT Notice No. W912HY22S0007 is market research for information only to be used preliminary for planning purposes for the Texas City I Wall Replacement construction project.� This announcement supersedes Sources Sought No. W912HY20S0037. �THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM 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.� Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers � Galveston District has been tasked to solicit and award a Construction Contract to replace the Texas City I Wall.� The proposed project will result in a firm-fixed price contract.� The government intends to issue a Request for Proposal solicitation utilizing Lowest Priced Technically Acceptable source selection procedures; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside, if any, decision to be issued will depend upon the capabilities of the responses to this synopsis.� The purpose of this sources sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the small business community: Small Business (SB), 8(a) Small Disadvantaged Business Development Program, Historically Underutilized Business Zones (HUBZone) Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), and Woman-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, WOSB, and SDVOSB businesses are highly encouraged to participate. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Project Information: General Description: The project includes the demolition of approximately 600 linear feet of existing 18"" and 24"" thick concrete I-Wall, including a vehicle access gate and pedestrian gate. Demolition also includes the removal and/or cut-off of numerous 30"" diameter steel soldier piles; existing drainage and water lines; and other existing features in direct conflict with construction. The I-Wall will be replaced with a 15 foot high concrete inverted T-Wall, consisting of approximately 15,000 linear feet of steel H-piles, a sheetpile cut-off wall, approximately 6 feet of excavation and miscellaneous earthwork, and new vehicular and pedestrian access gates. The project also includes the placement of Temporary Flood Protection, a base slab and earthen scour protection on the flood side, and a new drainage system on the protected side. The work area is within an active chemical refinery and the contractor will be required to provide security personnel to meet Maritime Security (MARSEC) requirements. Additionally, vibration monitoring will be required. Hot work permits must be obtained daily from the site representatives, and no work permits will be granted on days a ship or barge is loading at Dock #1. The contractor must maintain access to Dock #1 at all times, therefore, construction sequencing has been determined. � Completion Time:� 18 months. � Estimated magnitude for this effort is between $10,000,000 and $25,000,000. � NAICS Code 237990, Other Heavy and Civil Engineering Construction. � SB Size Standard is $39.5M.� � PSC Code:� Y1KZ Construction of Other conservation and development facilities � Bonding Requirements:� The Contractor will be required to provide the Performance and Payment Bonds within 3 calendar day after award.� The contractor shall begin work within 10 calendar days after acknowledgement of the Notice to Proceed. � Questions concerning this Sources Sought should be emailed to the Contract Specialist, Ms. Ronalda L Burton at ronalda.burton@usace.army.mil � Anticipated solicitation issuance date is on or about February 2022, and the estimated proposal due date will be on or about March 2022. The official Synopsis citing the solicitation number will be issued on SAM.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. � Prior Government contract work is not required for submitting a response under this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385 1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations). Responses are limited to 10 pages and the following information is requested: � 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 ).� � Name of firm w/address, phone, e-mail address, and point of contact. State if your company is a Small Business, SBA Certified 8(a) firm, HUBZone Small Business, or Service Disabled Veteran-Owned Small Business.� Proof of Small Business Administration (SBA) registration for 8(a), HUBZone Small Business and Woman-Owned Small Business shall be provided as part of your documentation. �Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Indicate whether your firm will submit a bid for this project if set-aside for Small Business, 8(a), HUBZone Small Business, Service Disabled Veteran-Owned Small Business or Woman-Owned Small Business. Provide information on the most recent up to five projects that demonstrate experience as a Prime Contractor of your firm's capability to perform a contract of this magnitude and complexity.� Incorporate a brief description of the project, contract number, customer's name and phone number, timeline of performance, customer satisfaction and dollar value of the project. � 7. Firm's Joint Venture information if applicable - existing and potential. 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.� If you can meet all of the requirements for this project, please respond to this sources sought announcement no later than the response date and time indicated in this announcement. � Interested Firms should submit responses via email to Ronalda Burton at ronalda.burton@usace.army.mil and Maria Rodriguez at maria.e.rodriguez@usace.army.mil by 29 Dec 2021 at 1600 CST.� All interested firms must be registered in beta.SAM.gov to be eligible for award of Government contracts.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8b6918469a0d4f8bb0081183d8313ae2/view)
- Place of Performance
- Address: Texas City, TX 77592, USA
- Zip Code: 77592
- Country: USA
- Zip Code: 77592
- Record
- SN06198500-F 20211217/211215230123 (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 |