Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOLICITATION NOTICE

Y -- Houston Ship Channel (HSC), Segment 3 � Barbours Cut Channel Spilman Island and Morgan�s Point Bulkhead Walls located in Harris County, TX.

Notice Date
11/20/2023 11:42:46 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
W912HY24R0008
 
Response Due
11/20/2023 3:00:00 PM
 
Archive Date
12/05/2023
 
Point of Contact
JACLYN YOCUM, Aldrich Antonia Nichols
 
E-Mail Address
JACLYN.C.YOCUM@USACE.ARMY.MIL, aldrich.a.nichols@usace.army.mil
(JACLYN.C.YOCUM@USACE.ARMY.MIL, aldrich.a.nichols@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Galveston District, intends to issue a Solicitation for construction services for the project titled �Houston Ship Channel (HSC), Segment 3 � Barbours Cut Channel Spilman Island and Morgan�s Point Bulkhead Walls located in Harris County, TX.� The primary objective of package 7, segment 3 is to widen the Barbours Cut navigation channel to approximately 455 feet and expand Barbours Cut flare. The package can further be broken down into more segmented integral work, such as, but is not limited to: On Spilman Island, build a bulkhead cut-off wall and realign the existing placement area berm, and perform any necessary shoreline protection work. Removing the Morgan�s Point LASH (Lighter aboard ship) dock. Development of the M12 Beneficial Use Site dredged material placement area (DPMA). Dredging of the Barbours Cut Channel for both new work construction and maintenance work, as well as maintenance work dredging of the Cedar Bayou Channel. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly. At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation. If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable. There are ten (10) option CLINs that have been identified for this project. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $100,000,000 and $250,000,000. This solicitation will be issued as a Request for Proposal (RFP) and evaluated in accordance with FAR 15.1, based on Best Value Trade-Off Process. The RFP will result in the award of a single firm fixed price (FFP) construction contract. The estimated performance period for completion of construction is 1,091 days from Notice to Proceed (NTP). The solicitation will be available on or about October 27, 2023 and proposals will be due on or about November 26, 2023. The solicitation, including any amendments, shall establish the official opening and closing dates and times. Bid Bonds and Payment bonds will be required.� Payment bonds will be required for the full amount (100%) of the awarded contract before Notice to Proceed can be issued.� See FAR Clause 52.228-13. The North American Industry Classification System (NAICS) Code for this project is 237990 � Other Civil and Civil Engineering Construction, with a size standard of $45,000,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above. This solicitation is being issued as Unrestricted. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Prot�g� Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer. To view or download the solicitation requires registration at the Contracting Opportunities via the Sam.gov website at http://www.sam.gov. Downloads are available only through the Contracting Opportunities � Sam.gov website. Any amendments will only be available from the Contracting Opportunities � Sam.gov website. Offerors are responsible for checking the Contracting Opportunities � Sam.gov website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site. The point-of-contact for administrative for contractual questions is Jaclyn Yocum via email: Jaclyn.C.Yocum@usace.army.mil. NOTE:� The original Pre-Solicitation notice was posted under solicitation number W912HY23R0009.� This notice is to update the referenced solicitation number to W912HY24R0008.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/55025862e4e34a0d90588bf0e88603a2/view)
 
Place of Performance
Address: La Porte, TX 77571, USA
Zip Code: 77571
Country: USA
 
Record
SN06890002-F 20231122/231120230047 (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.