Houston Ship Channel, Mid Bay Placement Area (PA) Improvements
Houston Ship Channel, Mid Bay Placement Area (PA) Improvements, Chambers County, Texas Sources Sought No. W912HY19S0014 This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from indu... Houston Ship Channel, Mid Bay Placement Area (PA) Improvements, Chambers County, Texas Sources Sought No. W912HY19S0014 This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Galveston has been tasked to solicit for and award a project/procurement for Houston Ship Channel (HSC), Texas, Placement Area (PA), and Placement Area Improvements in Chambers County, Texas. Proposed project will be a competitive, fixed price contract. The type of solicitation to be issued will depend upon the responses to 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 purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE: 1. Perform improvements to HSC PA : Schedule 1 - Improvements at Mid Bay Placement Area, an upland PA in Galveston Bay. Approximately 200,000 CY of containment dike raising, 50, 000 LF of ditching, and rehabilitation of two existing drop outlet structures. 2. Estimated magnitude for this effort is estimated between $5,000,000.00 and $10,000,000.00. 3. NAICS Code 237990, Other Heavy and Civil Engineering Construction 4. SB Size Standard, $36.5M for construction. 5. PSC Code - Z2KF 6. Bonding Requirements - The Contractor will be required to provide the Performance and Payment Bonds within (2) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the Notice to Proceed. 7. Furnish pre-award documents within 2 working day after Bid Opening. 8. Completion Time for Schedule No. 1 for this project is estimated at 365 calendar days after acknowledgement of the Notice to Proceed. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in an amount to be determined for each calendar day of delay until the work is completed or accepted. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about MAY 2019, and the estimated proposal due date will be on or about JUNE 2019. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. 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. Firm's name, address, point of contact, phone number, and e-mail address. 3. Indicate whether your firm will submit a bid for this project if this project is set-aside for Small Business, 8(a), Hub zone Small Business, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran-Owned Small Business. 4. Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in work similar to the work required in paragraph 1 under, "Full Description" above. Provide up to 3 examples of work comparable in magnitude and complexity performed within the past 3 years as a prime contractor (include brief description of the project, customer name, and dollar value of the project). The evaluation will consider overall experience. 5. State the Firm's small business category and Business Size (Small Business, 8(a), Hub zone Small Business, Economically Disadvantaged Woman-Owned Small Business, or Service disabled Veteran- Owned Small Business.) 6. Firm's Joint Venture information if applicable - existing. 7. State your firm's single bonding amount and your firm's aggregate bonding amount. State whether your firm can provide a Bid Bond (20% of total bid amount), and Performance and Payment Bond (100% of the contract amount). 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. If you can meet all of the requirements for this project, please respond to this sources sought announcement by uploading your response to FBO.gov response date and time indicated in this announcement. If the FedBizOpps.gov website is NOT accessible, email responses Kirsten D. Snead at: Kirsten.d.snead@usace.army.mil on or before the bid due date. SENDING FILES: The FBO.gov bid package submission application can be accessed via https://www.fbo.gov/ under the solicitation number. A note will be visible within the "Notice Details" sub-tab. The "Electronic Response" sub-tab indicates that the opportunity allows for electronic responses. Note, a vendor must login to the system to be able to submit electronic responses for opportunities. There are two types of electronic response submissions possible: Choose: "Document upload". Multiple documents with attachments can be loaded here. The Documents section allows the user to submit files as part of their electronic response to the opportunity. 1. The user can enter a description for every file to be uploaded, note this is optional. 2. To select a file for upload, the user clicks on the Browse button. (Note, for files over 10 Mb, please use the Large Upload (JAVA) button.) This will allow the user to select a file located on their computer for upload. 3. After selecting the file, the user can click the Add New button to select additional files for upload 4. The user can delete any file(s) previously selected for upload by clicking on the Delete button. 5. The user has three options at the bottom of the Response page: a. Submit saves and electronically submits the response to the government point of contact for that opportunity in the system. Note, the system will send an email to the email address on file for the user confirming the electronic submission; b. Save as Draft saves the response created, but does not submit it to the government point of contact for the opportunity in the system; if selected, the system returns to the Notice Details tab and there is a note at the top indicating that the user has saved a draft response for the opportunity. The user can click on the blue Click here link in the note to review/submit a response. After clicking the link to review/submit, the system opens the Electronic Response tab and displays the draft response for review. There is a note at the top which will advise the user whether or not the response deadline has passed. If not, the user can click on the blue Click here link to make changes to the draft response and submit if ready. c. Return does not save the response and takes the user back to the Notice Details tab for the opportunity. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. RESPONSES TO THIS SOURCES SOUGHT ARE DUE BY 29 April 2019 at 1400 CST.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »