FY19 Channel to Port Mansfield Maintenance Dredging
Sources Sought No. W912HY-19-S-0009 Project Title: FY19 Channel to Port Mansfield Maintenance Dredging The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THI... Sources Sought No. W912HY-19-S-0009 Project Title: FY19 Channel to Port Mansfield Maintenance Dredging The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS ANNOUNCEMENT SEEKS INFORMATION FROM INDUSTRY, WHICH WILL BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. 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 Business Development Program, Historically Underutilized Business Zones (HUB-Zone), 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. Project Information: 1. Maintenance dredging of the Channel to Port Mansfield, to include advanced maintenance, of the entire channel approximately 13 miles. Schedule 1 will include dredging from channel station 0+000 to channel station 23+800, and from channel station 35+200 to 50+000, and will include varying advanced maintenance and 2' over-depth. All material from the entrance channel will be placed on the beach adjacent to the north jetty. Material from the main channel may be placed in the semi-confined PAs 4A, 4B, 5, or 6 adjacent to the channel. All material from the intersection with the GIWW up to the Port of Mansfield will be placed into the BU Bird Island located next to open bay disposal cell PA 7. Option 1 will include dredging from channel station 23+800 to 35+200, to include advanced maintenance and 2' over-depth. This contract is subject to several environmental windows, including bird nesting, turtle nesting, and seagrass. All work must be completed within the winter months (October - February) and the contractor may need to employ species monitoring devices / methods. Placement of material will include beach placement, Bird Island BU placement, and Semi-Confined placement. 2. Completion Time: 12,000 CYs per day. 3. Estimated magnitude for this effort is over $10,000,000.00. 4. NAICS Code 237990. Other Heavy and Civil Engineering Construction 5. SB Size Standard is $27.5 for dredging. 6. PSC Code Z2KF 7. Bonding Requirements: The Contractor will be required to provide the Performance and Payment Bonds within 3 calendar days after award. The contractor shall begin work within 10 calendar days after acknowledgement of the Notice to Proceed. 8. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount of TBD for each calendar day of delay until the work is completed or accepted. 9. For technical questions, please contact: Mr. Kurt Bunker at (956) 943-1460 x1010. 10. Estimated solicitation advertisement date is on or about July 2019, and the estimated response date will be on or about August 2019. Prior Government contract work is not required for submitting a response under this sources sought synopsis. 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. Name of firm w/address, phone, fax, e-mail address, and point of contact. 3. 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. 4. State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount). 5. Indicate whether your firm will submit a bid for this project if set-aside for SB, 8(a), Hubzone Small Business, Service Disabled Veteran-Owned Small Business or Woman-Owned Small Business. 6. 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 Information". (b) Provide information on the most recent up to five projects that demonstrate experience as a Prime Contractor of extending rock breakwater, with contract number, project location, description of work requirements, reference name and phone number for each effort. (c) Provide a list of your present commitments and completion dates. 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 by e-mail, to the attention of Jacqueline Adekanbi, Jacqueline.b.adekanbi@usace.army.mil. Responses must be received no later than February 5, 2019 @ 2:00 P.M. Central Standard Time.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »