The RFP Database
New business relationships start here

USACE, Sims Bayou, Hike & Bide Trail, Stuart Park to Reveille Park, Harris County, TX


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

SOURCES SOUGHT SYNOPSIS
For
Sims Bayou, Hike and Bike Trail, Stuart Park to Reveille Park, Harris County, Texas
Sources Sought No. W9126G18S0001

 


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 Sims Bayou, Hike and Bike Trail, Stuart Park to Reveille Park, City of Houston Harris 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), Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors.


FULL DESCRIPTION OF THE PROJECT TO INCLUDE:


1. The work consists of building a concrete trail along Sims Bayou, with an option to build a parking lot. The work consists of building a reinforced concrete paved hike and bike trail about a mile long and 10 feet wide along Sims Bayou. The pavement is 6 inches thick with 6-inches of lime stabilized subgrade. Excavation of channel upper side slopes will be required to create ramps along the trail between the top of bank, flood benches and maintenance berm. A compacted gravel parking lot with concrete edge, concrete paved handicap parking, and concrete apron, concrete wheel stops, and concrete trail will require installation of geotextile fabric.


Sections of the trail will require removal and reinstallation of existing articulating concrete block and its geotextile along the channel maintenance berm. The handicap parking spaces and concrete trail will require pavement marking. Most of the trail will be built on clay material and all of the construction will occur above the channel normal water flow. In case of large rain events in the channel watershed the construction site could experience water.


2. Estimated magnitude for this effort is estimated between $1,000,000.00 and $5,000,000.00.


3. NAICS Code 237990, Other Heavy and Civil Engineering Construction


4. SB Size Standard, $36.5M for construction.


5. PSC Code - Y1PA


6. Bonding Requirements - The Contractor will be required to provide the Performance and Payment Bonds within (10) 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 days after Bid Opening.


8. Completion Time for Schedule No. 1 for this project is estimated at 250 calendar days after acknowledgement of the Notice to Proceed; Option 1, 60 additional 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 Nov 2017, and the estimated proposal due date will be on or about Dec 2017. 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. Name of firm w/address, phone, fax, e-mail address, and point of contact.
3. State if your company is an SBA Certified 8(a) firm, HubZone Small Business, or Service Disabled Veteran-Owned Small Business, Woman-Owned Small Business (WOSB).
4. State your firm's bonding capacity for a single contract and your firm's aggregate bonding capacity.
5. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), Hubzone Small Business, Service Disabled Veteran-Owned Small Business, Woman-Owned Small Business (WOSB).
6. Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in: concrete work for similar type projects in magnitude and dollar value. The evaluation will consider overall experience. Provide documentation for your firm on past similar efforts as a prime contractor.
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.


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.


Interested firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m., Central Standard Time, on 24 Oct 2017. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Traci D. Robicheaux, Galveston, 2000 Fort Point Road, Galveston, TX 77550-1229, 409-766-6306, traci.d.robicheaux@usace.army.mil
EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.


Traci D. Robicheaux, Contracting Officer, Phone 4097666306, Email traci.d.robicheaux@usace.army.mil - Maria E. Rodriguez, Contracting Officer, Phone 4097666331, Email maria.e.rodriguez@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP