Gulf Intracoastal Waterway, Texas, Placement Area No. 118-A Improvements, Dike Repair and Shoreline Erosion Protection in Calhoun County, Texas. (Previously W912HY23B0004)

Agency: DEPT OF DEFENSE
State: Texas
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159148344520994
Posted Date: Aug 17, 2023
Due Date: Nov 9, 2023
Solicitation No: W912HY24B0002
Source: Members Only
Follow
Gulf Intracoastal Waterway, Texas, Placement Area No. 118-A Improvements, Dike Repair and Shoreline Erosion Protection in Calhoun County, Texas. (Previously W912HY23B0004)
Active
Contract Opportunity
Notice ID
W912HY24B0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
US ARMY ENGINEER DISTRICT GALVESTON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 17, 2023 07:36 am CDT
  • Original Response Date: Nov 09, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1KZ - MAINTENANCE OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Corpus Christi , TX 78401
    USA
Description

The U.S. Army Corps of Engineers, Galveston District Office requires a contract for the Gulf Intracoastal Waterway, Texas, Placement Area No. 118-A Improvements, Dike Repair and Shoreline Erosion Protection in Calhoun County, Texas.



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 responsiveness item. Bids/offers from contractors with a NIST score in SPRS will be considered responsive and evaluated/considered for award. Those without a NIST score in SPRS will be deemed NON-RESPONSIVE and thus not evaluated/considered for award.



Project Information:



Schedule No. 1: replace existing drop outlet structure; clearing and grubbing of access, containment and training dikes; construction of access dike (approx. 550 CY), construction of semi-compacted containment dike (approx. 180,000 CY); construction of uncompacted training dike (approx. 1,500 CY); training dike clearing, grubbing and stripping; turfing; and provide as-built drawings.



Option 1, Construction of Revetment at West End of PA 118A: Construct West End Revetment (approx. 1,250 LF); Revetment Foundation Excavation (approx. 4,470 CY) and Revetment Backfill with Soil (approx. 2,020 CY).



Option 2, Construction of Breakwater at East End of PA 118A: Geotextile, Woven (approx. 3,605 SY); Riprap, R-700 (approx. 4,995 TON); and placement of R-20 bedding stone (approx. 1,315 TON).



Completion Time: Schedule No. 1 completion time is 274 calendar days. Option 1, no additional days and Option 2, no additional 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 $3,932.00 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 (5) 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 $5,000,000.00 and $10,000,000.00.



The solicitation is advertised as “100% Small Business Set-Aside” 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. The Small Business Size Standard is $45 Million.



The solicitation will be issued on or about 10 October 2023. Response date 9 November 2023. The estimated award date for this project is December 2023.



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://www.sam.gov/SAM/ 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 Ms. Rachel Patrick at (409) 766-6314 or Mr. Emilio Coleman at (361) 884-3385 Ext. 2009 between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 2000 FORT POINT ROAD
  • GALVESTON , TX 77550-1229
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 17, 2023 07:36 am CDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >