Sabine Neches Waterway, Texas, Neches River Channel Anchorage and Turning Basin No. 1 in Jefferson County, Texas, (Pipeline)
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 ... 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. 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 GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. The purpose of this sources sought announcement is to gain knowledge of interested, capable, and all qualified small businesses including but not limited to Small Business, 8(a) Small Business Development Program, Service Disabled Veteran Owned Small Business, and Hubzone firms. 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 to be more than $10,000,000. Project Information: The work consists of Schedule 1: Dredging new work (virgin), material not previously dredged, to construct a new Anchorage Basin adjacent to the existing Turning Basin No. 1. The new anchorage basin will be dredged to -40 foot Mean Lower Low Water (MLLW) to match existing project. The existing Turning Basin will have minor dredging along the outside toe edge to allow for Anchorage Basin construction. Estimated quantity is 1,326,000 cubic yards (CY). Dredged material will be placed at nearby existing placement area (PA) No. 17 along a stretch of the inside toe of the existing perimeter dike and shaped to drain to the inside of the PA. Contractor will perform pre-dredge hazard survey (magnetometer) and remove debris for dredged area. Complete the entire work ready for use not later than 149 calendar days after the date the Contractor receives the NTP. Contractor should have experience with dredging and dredged material placement areas. Should demonstrate previous contract experience as a Prime Contractor dredging and placing material within the PA, and managing discharge water drainage. Contractor should expect to use equipment with low ground pressure due to the soft/wet material in which the equipment will be operating. Contractor should observe conditions associated with Dredged Material Placement Areas. Conditions within the placement area are typically very wet. The estimated award date for this project is on or about 25 October 2019. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount $3,375.00 for each calendar day of delay until the work is accepted. The contractor will be required to provide Performance and Payment Bonds within (2) calendar days after award. The contractor shall begin work within (10) calendar days after the contractor receives the Notice to Proceed. 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 Mr. LaKendrick Knight, lakendrick.knight@usace.army.mil . Responses must be received no later than 02:00 P.M. Central Standard Time, on Aug 23, 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). 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 in: (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. (c) Provide a list of your present commitments and completion dates for these commitments. Identify dredge on present commitments and identify dredge to be used on this requirement. 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. Proof of Small Business Administration (SBA) registration 8(a) and Hubzone Small Business shall be provided with this 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: Ms. Nancy Young at (409) 766-3147.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »