Texas City Hurricane Flood Protection Project (HFPP) Harvey Repairs in Galveston County, Texas.
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... 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. This project will consist of repairing and replacing levee shoreline protection and displaced Riprap in the city of Texas City, Texas. The first of three areas to be worked on for this project is a 1.4 mile stretch, east of the tide gate, of shoreline protection that was displaced due to the effects of Hurricane Harvey. The work in this area will included placement of Riprap material to fill in gaps of the stone protection and provide additional stone across the entire length of the shoreline protection. The second of three areas to be worked on is just west of the tide gate and consist of displaced stone protection and shoreline erosion. For this area, construction will consist of removal of existing stone and fill material along the shoreline followed by replacement of this material with new fill material and riprap. Fill materials in this location will need to be placed according to moisture and compaction specifications. The final area for construction activities is located right in front of the Mosses Lake Tide Gate. In this area, on the northern side of the structure, riprap of the appropriate sizing will be placed in the channel bottom and slopes to increase the armoring protection and fill in any gaps in stone protection. Fill and stone materials removed from these area will need to be disposed of properly offsite following any federal/state laws. In areas where fill material is required, soils needed to complete the final grading will be transported to site from commercial barrow source. The reconstructed levee surface will then be sodded to restore vegetation coverage. Stone needed for the shoreline protection will need to be trucked to site from an offsite staging area. 2. Completion Time: 180 calendar days. 3. Estimated magnitude for this effort is between $1,000,000.00 and $5,000,000.00. 4. NAICS Code 237990, Other Heavy and Civil Engineering Construction, Dredging. 5. SB Size Standard is $36.5M for construction. 6. PSC Code: 7. Y1KZ 8. Bonding Requirements: The Contractor will be required to provide the Performance and Payment Bonds within 5 calendar day after award. The contractor shall begin work within 15 calendar days after acknowledgement of the Notice to Proceed. 9. 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 $3,416.00 for each calendar day of delay until the work is completed or accepted. 10. For technical questions, please contact: Mr. Josh Hutchinson at (409) 941-8518 or Mr. Jantzen Miller at (409) 766-3123. 11. Estimated solicitation advertisement date is on or about February 2019, and the estimated response date will be on or about March 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 raising dikes of dredged material placement areas, 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 Lucille R. Smith, Lucille.r.smith@usace.army.mil . Responses must be received no later than January 31, 2019 @ 2:00 P.M. Central Standard Time.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »