Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOURCES SOUGHT

Y -- Freeport Harbor, Texas, Channel Improvement Project, Reach 2 and Placement Area 8 Construction in Brazoria County, Texas, Pipeline Dredging.

Notice Date
1/13/2021 6:22:41 AM
 
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
W912HY21S0010
 
Response Due
1/27/2021 11:00:00 AM
 
Archive Date
02/11/2021
 
Point of Contact
Lucille R. Smith, Phone: 4097663845, Aldrich Antonia Nichols, Phone: 4097663963
 
E-Mail Address
lucille.r.smith@usace.army.mil, aldrich.a.nichols@usace.army.mil
(lucille.r.smith@usace.army.mil, aldrich.a.nichols@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� 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. The U.S. Army Corps of Engineers, Galveston District has been tasked to solicit for and award one single contract.� The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 14, Sealed Bidding.� The type of set-aside decision(s) 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 Businesses Community:� Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-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, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: Project Description:� Pipeline dredging, Freeport Harbor Reach No. 2 and Placement Area 8 Construction.� �The Freeport Harbor vicinity is located on the mid- to upper Texas coast in Brazoria County and encompasses the communities of Surfside, Quintana Oyster Creek City, and the City of Freeport. The original project for Federal improvement at Freeport was authorized by the Rivers and Harbors Act of June 14, 1880. �This constituted the initial authorization for the existing Freeport Channel system. The Federal project known as Freeport Harbor, Texas, is an improvement of the original mouth of the Brazos River that provides for a deep-draft waterway from the Gulf of Mexico to the city of Freeport. The Freeport Harbor waterway has an overall length of about 7.6 miles from deep water in the Gulf of Mexico to the Brazos Harbor Turning Basin. The Freeport Ship Channel is a deep-draft navigation channel that connects industrial facilities in Freeport, Texas with the Gulf of Mexico. The main channel consists of multiple segments, with reduced channel widths and depths as the channel approaches the 180 degree turn around the Dow complex. The channel also provides barge access through multiple adjacent waterways. This pipeline dredging Freeport Harbor Reach No. 2 contract encompass new work dredging (deepening and widening) of existing main channel and transition segments parallel at modified channel widths and reduced depths as the channel approaches the 180 degree turn around the Dow complex deep draft Freeport Channel Dow Reach approx. Sta. 132+67 to Sta. 185.23 to an authorized depth (-51� MLLW). Work also entails construction of a new upland dredge disposal Placement Area No. 8.� There are no options in this Bid Schedule of proposed work.� Estimated duration for Schedule 1 is approximately 365 calendar days; with an Estimated Total Quantity (~2.4 MCY) that will be provided in the formal construction bid documents. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $25,000,000 - $100,000,000. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $30,000,000.� The Product Service Code is Y1KB. The estimated award date for this project is August 2021. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount $4,032.00 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 receipt of the notice to Proceed. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities.� Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded.� Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) Program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to 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. Anticipated solicitation issuance date is on or about 3 June 2021, and the estimated response due date will be on or about 2 July 2021.� Estimated award is August 2021.� The official synopsis citing the solicitation number will be issued on the Beta.Sam.Gov website https://beta.sam.gov/ , inviting firms to download a copy of the plans and specification when it is issued. Firm�s response to this Sources Sought Synopsis shall be limited to 5 pages and 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 https://www.sam.gov ).�� 2.� Firm�s name, address, point of contact, phone number, and e-mail address. 3.� Firm�s Business Size � Large Business, Small Business, 8(a), HUBZone, Service Disabled Veteran Owned Small Business, or Women Owned Small Business.� �Proof of Small Business Administration (SBA) registration 8(a) and Hubzone Small Business shall be provided with this response. 4.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. 5.� Firm�s Bonding Capability (Construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.� 6.� Firm�s interest in submitting a bid.� 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. 7.� 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 Description�. (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. 8.� Submission Requirements:� Firms submitting responses shall provide information on the most recent up to three 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.� Interested Firm�s shall respond to this Sources Sought Synopsis no later than January 27, 2021 at 2:00 PM (CST). �All interested firms must be registered in the System for Award Management (https://www.sam.gov) to be eligible for award of Government contracts.� Email your capability statement to Lucille R. Smith, Contract Specialist at Lucille.r.smith@usace.army.mil and Aldrich A. Nichols, Contracting Officer at Aldrich.a.nichols@usace.army.mil .� Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, may 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. Cesar Ramos at (409) 766-3058.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/599b0c7b5c2e45279fd0b85689fe4f1e/view)
 
Place of Performance
Address: TX, USA
Country: USA
 
Record
SN05891659-F 20210115/210113230108 (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  © 1994-2020, Loren Data Corp.