Houston Ship Channel, Redfish to Beacon 78 with Bayport Flare in Chambers County, Texas Hopper Dredging
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Mar 08, 2022 11:56 am CST
- Original Response Date: May 09, 2022 02:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1KB - MAINTENANCE OF CANALS
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: Houston , TX 77034USA
Description
The U.S. Army Corps of Engineers, Galveston District Office requires a contract for Houston Ship Channel, Redfish to Beacon 78 with Bayport Flare in Chambers County, Texas, Hopper Dredging.
Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to this solicitation. The NIST score is a responsibility item. Bids/offers from contractors with a NIST score in SPRS will be considered responsible and evaluated/considered for award. Those without a NIST score in SPRS may be deemed NON-RESPONSIBLE and thus not evaluated/considered for award. For NIST compliance See Section 00 72 00 Contract Clauses, 252.204-7020 and 252.204-7012.
Project Information: Hopper Dredging in the Houston Ship Channel (HSC) from Redfish to Beacon 78 including the Bayport Flare. Schedule No.1 will include the Bayport Flare and HSC main channel directly adjacent to the Bayport Flare. Material will be placed into the Ocean Dredge Material Disposal Site(s) (ODMDS) located adjacent to the Galveston Entrance Channel. The ODMDS is broken into 6 cells (A-f). Cells D & F will be available for this contract. Solicitation will include Schedule No. 1 and dredging options, turtle trawling, and endangered species observers’ requirement options. Estimated quantities are between 1.5 – 2.5 million cubic yards (CY).
Options: Options 1-3 include the Houston Ship Channel from Redfish to Beacon 78, broken into 3 separate sections. Material will also be placed into the ODMDS. Estimated quantities for Options 1-3 are between 1-1.5 million cubic yards. Option 4 is for sea turtle trawling and relocation.
Completion Time: Currently, the estimated completion time for Schedule No. 1 is 134 calendar days; Option 1 estimated completion time is 22 calendar days; Option 2 estimated completion time is 12 calendar days; Option 3 estimated completion time is 31 calendar days; Option 4 is 0 additional calendar days.
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 $3,503.00 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 (2) calendar days after award. The contractor shall begin work within (10) calendar days after receipt of the notice to Proceed.
The Solicitation issued will be Firm Fixed Price. The magnitude of this project is between $10,000,000.00 and $25,000,000.00.
The solicitation is advertised as “Unrestricted” full and open competition for both large and small businesses in accordance with FAR Part 14, the intent of the Government is to award one single firm-fixed price contract. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990 (Heavy Construction). The Small Business Size Standard is $30 Million (Dredging).
The solicitation will be issued on or about 7 April 2022. Response date will be 9 May 2022. The estimated award date for this project is June 2022.
Availability of plans and specification on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, DASA(P)POLICY 21-81, DATED 20 AUGUST 2021
Contractors may view and/or download the Invitation for Bid (IFB) and all amendments at the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/ .
Plans and specification will not be available in paper format or on compact disc. It is the offeror’s responsibility to monitor the PIEE Solicitation Model daily (using the above link) for plans, specification, and amendments to the solicitation.
All bids are to be submitted per Section 00 21 00, Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/.
To register as an “Interested Vendor”, visit https://sam.gov/content/home . 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://sam.gov/content/home .
RECOMMEND OFFERS BE SUBMITTED AT LEAST “2 HOURS” PRIOR TO “RESPONSE TIME” TO ALLOW FOR ELECTRONIC TRANSMISSION.
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 https://sam.gov/content/home FOR MORE INFORMATION.
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 Mr. Miko Kuch; Email: Mikko.H.Kuch@usace.army.mil or Mr. David Solomon; Email: David.A.Solomon@usace.army.mil between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays.
Subcontracting Goals for the Galveston District: 63.0% - Small Business; 7.0% - Small Disadvantaged Business; 9.0% - Woman-Owned Small Business; 4.0% - HubZone Small Business; 13.0% - Veteran-Owned Small Business and 4.0% - Service Disabled Veteran-Owned Small Business.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 2000 FORT POINT ROAD
- GALVESTON , TX 77550-1229
- USA
Primary Point of Contact
- Lucille R. Smith
- lucille.r.smith@usace.army.mil
- Phone Number 4097663845
Secondary Point of Contact
- Curtis Cole, Jr.
- curtis.cole@usace.army.mil
- Phone Number 4097663185
History
- Aug 17, 2022 10:55 pm CDTPresolicitation (Updated)
- Jun 02, 2022 06:53 am CDTPresolicitation (Updated)
- May 24, 2022 10:55 pm CDTPresolicitation (Original)
- Mar 02, 2022 10:55 pm CSTSources Sought (Original)