The RFP Database
New business relationships start here

Gulf Intracoastal Waterway, Texas, Channel to Victoria, Texas, Beneficial Use (BU) Site 3 Improvements in Calhoun County, Texas.


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 has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS ANNOUNCEMENT SEEKS INFORMATION FROM INDUSTRY, WHICH WILL BE USED FOR PRELIMINARY PLANNING PURPOSES. 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 purpose of this sources sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the small business community: Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service Disabled Veteran Owned Small Business (SDVOSB), and Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors.


Project Information:


1. This project will consist of improvements to Channel to Victoria (CTV) BU Site 3 including construction of a revetment comprised of riprap, reef balls, and/or other material, as well as, other incidental work in order to maintain future upland bird habitat and prevent dredged material placed in BU 3 from being eroded by barge wakes and deposited back in the channel. Schedule No. 1 - Mobilization and demobilization of 12,000 tons of riprap, 4,000 tons of blanket stone, geotextile, and endangered species monitoring; Opt No. 1 - 2,000 tons of riprap, 800 tons of blanket stone and geotextile; Option No. 2 - 2,000 tons of riprap, 800 tons of blanket stone and geotextile.


2. Completion Time: Schedule No. 1 - 125 calendar days; Option No. 1 - 30 calendar days and Option No. 2 - 30 calendar days.


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


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


5. SB Size Standard is $36.5M for construction.


6. PSC Code: Y1KZ


7. Bonding Requirements: The Contractor will be required to provide the Performance and Payment Bonds within 10 calendar day after award. The contractor shall begin work within 10 calendar days after receipt of the Notice to Proceed.


8. 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 $1,705.00 for each calendar day of delay until the work is completed or accepted.


9. For technical questions, please contact: Mr. Angel Perez-Reyes at (409) 766-3158 or Ms. Brenda Hayden at (409) 766-3902.


10. Estimated solicitation advertisement date is on or about August 2019, and the estimated response date will be on or about September 2019. Estimated award date is October 2019.


Prior Government contract work is not required for submitting a response under this sources sought synopsis.


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 a Small Business, SBA Certified 8(a) firm, HubZone Small Business, or Service Disabled Veteran-Owned Small Business. Proof of Small Business Administration (SBA) registration for 8(a), Hubzone Small Business and Woman-Owned Small Business shall be provided as part of your documentation.


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. Indicate whether your firm will submit a bid for this project if set-aside for SB, 8(a), Hubzone Small Business, Service Disabled Veteran-Owned Small Business or Woman-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 information on the most recent up to five projects that demonstrate experience as a Prime Contractor raising dikes of dredged material placement areas, with contract number, project location, description of work requirements, reference name and phone number for each effort.


(c) Provide a list of your present commitments and completion dates.


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.


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 Lucille R. Smith, Lucille.r.smith@usace.army.mil . Responses must be received no later than June 6, 2019 @ 2:00 P.M. Central Standard Time.


 


 


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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP