Texas City Ship Channel (TCSC) Placement Area Improvements
Project Title: USACE Galveston District, Texas City Ship Channel (TCSC) Placement Area Improvements, Galveston County, Texas The U.S. Army Corps of Engineers, Galveston District has a requirement for ... Project Title: USACE Galveston District, Texas City Ship Channel (TCSC) Placement Area Improvements, 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 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. RESPONSE 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 GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. 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. The North American Industry Classification System (NAICS) Code 237990; Size Standard $27.5 million. To make appropriate acquisitions for the above project, the Government, will use responses to this sources sought announcement and possible future projects as determined to be in the best interest of the Government. The order of magnitude for this effort is estimated between $1,000,000 to $5,000,000. Project Information: Work Consists of Dewatering of Placement Area 5/6 (located at 29°21'47.10"N and 94°52'59.97"W). SPPA 2 placement area will require rehandling material located on the northwest corner and placing along the inside of the western dike per design specifications. Approximate max distance for material transportation is 1,800ft. SPPA2 is located at 29°21'42.84"N and 94°52'16.74"W. Estimated amount of material needing to be rehandled is less than 10K cubic yards to meet the design specification of the western dike. Anticipated solicitation issuance date is on or about July 2019, and the estimated proposal due date will be on or about August 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. Completion time for this work is 120 calendar days. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the 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. The contractor will be required to provide Performance and Payment Bonds within (5) calendar days after award. Contractor will be required to furnish Pre-Award documents within 1 working day after Bid Opening. The contractor shall begin Work within (10) calendar days after acknowledgement of the Notice to Proceed. If you can meet all of the requirements for this project, please respond to this sources sought announcement and either upload a document listing all of your Small Business Administration designations along with a statement of capabilities here to this announcement or send this information by e-mail to the attention of Bill Bondurant at william.bondurant@usace.army.mil . Responses must be received no later than 02:00 P.M. Central Standard Time, on April 11, 2019. The following information is requested: 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. 4. State whether your firm can provide a Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount). Provide your firm's single bond amount and aggregate bond amount. 5. 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. 6. Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence. (a) Contractor must be experienced in completing work outlined under the paragraph above for "Project Information". (b) Provide documentation for your firm on past similar efforts as a prime contractor. The evaluation will consider overall experience. 7. Submission Requirements: Firms submitting responses shall provide information on the most recent up to five 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. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and Hubzone Small Business shall be provided with this response. 8. A note will be visible within the "Notice Details" sub-tab here on this announcement. 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: 1. Line Item Builder form (CLIN)-This can serve as a template for the items that vendors are sometimes requested to quote. 2. Document upload. Multiple documents with attachments can be loaded here. Choose "Document Upload" to submit your response. 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. For technical questions, please contact: Mr. Jantzen Miller at (409) 766-3123 or Ms. Terri Carlson at (409) 766-3176.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »