Houston Ship Channel Placement Area Improvements, Harris County, TX
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: Jul 05, 2023 10:57 am CDT
- Original Response Date: Jul 31, 2023 05:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 15, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Galveston , TX 77554USA
Description
The U.S. Army Corps of Engineers, Galveston District, intends to issue a Solicitation for construction services for the project titled “Houston Ship Channel Peggy Lake Placement Area Improvements, Harris County, TX.”
The work entails dewatering, dike raising, and replacement of the existing outfall structure (NE end of the PA) at Pelican Island PA. Pelican PA, an upland siter for the Galveston Harbor and Channel Project, is located west of the Galveston Harbor and Channel and South of the Texas City Channel on Pelican Island. Work will consist of a varying amount of dewatering ditches to dry material and facilitate interior drainage as well as a kike raise and outfall structure replacement.
At this time, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly.
At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation.
If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable.
There are no option CLINs that have been identified for this project.
In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $10,000,000 and $25,000,000.
This solicitation will be issued as an Invitation for Bid (IFB) and evaluated based on price and in accordance with FAR 41.1 The IFB will result in the award of a single firm fixed price (FFP) construction contract.
The estimated performance period for completion of construction is 330 days from Notice to Proceed (NTP).
The solicitation will be available on or about August 1, 2023 and bids will be due on or about August 31, 2023. The solicitation, including any amendments, shall establish the official opening and closing dates and times.
Bid Bonds and Payment bonds will be required. Payment bonds will be required for the full amount (100%) of the awarded contract before Notice to Proceed can be issued. See FAR Clause 52.228-13.
The North American Industry Classification System (NAICS) Code for this project is 237990 – Other Civil and Civil Engineering Construction, with a size standard of $45,000,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above.
This solicitation is being issued as 100% Small Business Set-Aside.
To view or download the solicitation requires registration at the Contracting Opportunities via the Sam.gov website at http://www.sam.gov. Downloads are available only through the Contracting Opportunities – Sam.gov website. Any amendments will only be available from the Contracting Opportunities – Sam.gov website. Offerors are responsible for checking the Contracting Opportunities – Sam.gov website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website.
Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site.
The point-of-contact for administrative for contractual questions is Jaclyn Yocum via email: Jaclyn.C.Yocum@usace.army.mil.
Attachments/Links
Contact Information
Primary Point of Contact
- JACLYN YOCUM
- JACLYN.C.YOCUM@USACE.ARMY.MIL
Secondary Point of Contact
- Jo Ann McCue
- jo.a.mccue@usace.army.mil