The RFP Database
New business relationships start here

Corpus Christi Ship Channel, Texas, Lower Bay Reach in Nueces County, Texas, Channel Improvement Project.


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Army Corps of Engineers, Galveston District Office requires a dredging contract for the Corpus Christi Ship Channel, Texas, Lower Bay Reach in Nueces County, Texas, Channel Improvement Project.
Project Information: Type of Dredge: Deep Draft Pipeline. The work consists of The Corpus Christi Ship Channel, Texas Channel Improvement Project Lower Bay Reach is contract encompasses construction starting at station 7+000 (formally station 70+00), just bay side of the Port Aransas Ferry Landing extending to Station 70+000 (formally Station 700+00), some 11.9 miles across Redfish Bay, past La Quinta Junction into Corpus Christi Bay. The construction elements of the project include: 1) deep draft channel maintenance and new work dredging, 2) upland Placement Area (PA) 6 rehabilitation, 3) beneficial use (BU) area I and CQ creation (new sites) from dredged material, 4) BU berm dressing and armoring and 5) removal of existing pipelines.

The contract involves the complete clean out of the maintenance material from the existing channel (47 feet Mean Lower Low Water (MLLW)) template, ranging in width from 400 to 500 feet and the construction of the new channel (54 feet MLLW) template 530 feet in width. Dredged material from channel will be used to construct the BU sites and placed into PA 6 once rehabilitated. The berms protecting the BU site would be dressed and armored to prevent erosion from ship and wind waves. Additionally, five (5) pipelines obstructing the deepening of the channel will need to be removed.


Due to the size of the contract, it has been divided into schedule 1 and several options. Schedule 1 includes rehabilitation of PA 6, removal of the five pipelines, dredging starting at station 7+000 (formally station 70+00), just bay side of the Port Aransas Ferry Landing extending to Station 56+000 (formally Station 560+00), some 9.3 miles across Redfish Bay to La Quinta Junction. The estimated maintenance template dredging volume is 635,799 CYDs and the construction of the new channel (authorized depth and advanced maintenance) is estimated to generate 7,330,085 CYDs, with allowable over depth estimated at 2,074,000 CYDs. Approximately 1.1 MCYDs of this material would be placed into PA 6 and the 7.8 MCYs to be used to construct the BU sites.


Options will compose the remaining work including the dredging from Station 56+000 to Station 70+000, dredging plugs, left out of Schedule No. 1 due to pipelines being removed by owners, and dressing and armoring the BU berms. Optional dredging total estimates from the maintenance template is 399,800 CYDs and the construction of the new channel (authorized depth and advanced maintenance) is estimated to generate 4,424,200 CYDs, with allowable over depth estimated at 738,400 CYDs.


Completion time for Schedule No. 1 is estimated at 562 calendar days. Additional time will be added to the contract duration for Options 1 through 12 if exercised by the Contracting Officer after award. The number of days for each option will be provided in the specification, Bid Schedule. 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 $2,996.00 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 (3) calendar days after award. The contractor shall begin work within (10) calendar days after acknowledgement of the notice to Proceed.


The Solicitation issued will be Firm Fixed Price. The magnitude of construction is estimated between $100,000,000.00 and $250,000,000.


The solicitation is advertised as "Unrestricted" full and open competition for both large and small businesses using lowest price technically acceptable acquisition procedures and in accordance with FAR Part 15, the intent of the Government is to award one single firm-fixed price contract. Public bid opening procedures are not applicable for this solicitation. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990 (Heavy Construction). The Small Business Size Standard is $30 Million.


Offerors are advised that employees of the firms identified below may serve as nongovernment advisors in the source selection process. These individuals will be authorized access only to those portions of the proposal data and discussions that are necessary to enable them to perform their respective duties. Such firms are expressly prohibited from competing on the subject acquisition.


FIRM: Port of Corpus Christi Authority
NAME: Dan Koesema, P.E.
ADDRESSES: 222 Power Street, Corpus Christy, TX 78401
TELEPHONE NUMBERS: (361) 882-5633


The solicitation will be issued on or about 15 November 2019. Response date is 16 December 2019 @ 2:00 PM (All proposals must be submitted electronically via Federal Business Opportunities website at www.fbo.gov ). The estimated award date for this project is February 2020.


ATTENTION TO OFFEROR(s)/CONTRACTOR(s): EFFECTIVE MARCH 22, 2018, YOU MUST SUBMIT A NOTARIZED LETTER APPOINTING THE AUTHORIZED ENTITY ADMINISTRATOR BEFORE YOUR REGISTRATION WILL BE ACTIVATED. THIS REQUIREMENT NOW APPLIES TO BOTH NEW AND EXISTING ENTITIES. MAKE SURE YOUR SAM PROFILE INCLUDES "ALL AWARDS" AND NOT JUST "FEDERAL ASSISTANCE AWARDS" AS THIS OPTION IS ONLY FOR GRANTS AND COOPERATIVE AGREEMENTS. PLEASE VISIT WWW.SAM.GOV FOR MORE INFORMATION.


All offerors are encouraged to visit the Federal Business Opportunities website at https://www.fbo.gov to view and download the plans, specification and or any amendments for this procurement. Plans and specifications will not be available in paper format or on compact disc. To register as an "Interested Vendor", visit https://www.fbo.gov . Offerors must be registered with the Systems for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov .
The Contract Specialist for this solicitation will be Ms. Lucille Smith, (409) 766-3845; E-mail: Lucille.r.smith@usace.army.mil. For technical information about this solicitation, please contact Ms. Earnestine Brown-Roach at (409) 766-3859, Mr. Carlos Tate, Project Manager at (409) 766-3819 or Mr. Andrew Smith at (361) 884-3385, Ext. 2216, between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays.
Subcontracting goals for the Galveston District are: 63.0% - Small Business; 7.0% - Small Disadvantaged Business; 9.0% - Woman-Owned Small Business; 4.0% - HubZone Small Business; 13% - Veteran-Owned Small Business and 4.0% - Service Disabled Veteran-Owned Small Business.


Lucille R. Smith, Contract Specialist, Phone 4097663845, Email lucille.r.smith@usace.army.mil - Curtis Nmi Cole, Contracting Officer, Phone (409) 766-3185, Fax (409) 766-3010, Email curtis.cole@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP