Inactive
Notice ID:W912HY20S0013
Sources Sought No. W912HY20S0013 Project Title: USACE Galveston District, Texas City Ship Channel, Main Channel & Turning Basin Pipeline Dredging, Galveston County, Texas The U.S. Army Corps of Engine...
Sources Sought No. W912HY20S0013 Project Title: USACE Galveston District, Texas City Ship Channel, Main Channel & Turning Basin Pipeline Dredging, 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 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 $30 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 between $1,000,000 and $5,000,000. Project Information: The work consists of Schedule No. 1 and two Options. Schedule No. 1 orovides for Pipeline maintenance dredging of the Texas City Main Channel of approximately 500,000 cubic yards (CY); Option 1 will be dredging of the Main Turning Basin of approximately 150,000 CY. Main Channel material will be discharged into Placement Area SPPA 3-4-5. Main Turning Basin material will be discharged into Placement Area SPPA 2. 24-Hour monitoring of Placement Area during discharge operations will be required. Dredge material shall be deposited into specified discharge areas. In addition, be advised that Placement Area SPPA 3-4-5 is accessible by water only. Contractors will be required to provide documentation showing sections are cleared when submitting request for Government AD Surveys. The estimated award date for this project is near the end of June 2020. Completion time for Schedule No.1 is approximately 45 calendar days. Completion time for Option work if awarded is 12 calendar days. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government an amount yet to be determined for each calendar day of delay until the work is completed or accepted. 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 5 days 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 by e-mail, to the attention of William (Bill) Bondurant at SWG-CT-Execution-Proposals@usace.army.mil. Responses must be received no later than 2:00 P.M. Central Standard Time, on February 10, 2020. 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 and size of 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, dredge and size of dredge utilized, average production on the job, 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. 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: Adrian Ramos (956) 943-1460 X 1007.