Similar Projects
Last Updated | 02/02/2023 07:40 AM |
Project Title | Gulf Intracoastal Waterway, Texas Freeport Harbor to Upper Matagorda Bay Maintenance Dredging |
Physical Address | View project details and contacts |
City, State (County) | Collegeport, TX 77428 (Matagorda County) |
Category(s) | Single Trades |
Sub-Category(s) | Environmental |
Contracting Method | Competitive Bids |
Project Status | Contract Award, Construction start expected February 2023 |
Bids Due | View project details and contacts |
Estimated Value | $10,482,750 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | Contract Award Date: Jan 31, 2023 Contract Award Number: W912HY23C0003 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: NPJLGH6HJDD5 Contractor Awarded Name: Inland Dredging Company, L.L.C. Contractor Awarded Address: Dyersburg, TN 38024-4609 USA Base and All Options Value (Total Contract Value): $10482750.00 Final Pre-Solicitation Notice W912HY-23-B-0016 The U. S. Army Corps of Engineers, Galveston District Office requires a contract for Gulf Intracoastal Waterway (GIWW), Texas Freeport Harbor to Upper Matagorda Bay Maintenance Dredging Construction. Full and Open Competition. THE WORK CONSISTS OF: 1. Schedule 1 - Schedule 1 Maintenance dredging of Gulf Intracoastal Waterway Freeport to Matagorda Bay reach. Dredging to occur between GIWW sta 596 +000 and sta 902+000. Estimated Volume is 1,300,000 CY. Placement areas are upland confined, open water and surf zone. 2. Option 1 work includes GIWW - Maintenance dredging of GIWW tributary Channel to Palacios. Dredging to occur between Channel to Palacio sta 36+00 and sta 480+00. Estimated Volume is 912,000 CY. Placement areas are open water. If awarded, and additional 88 calendar days will be added to contract duration. 3. Completion Time for Schedule No.1- Completion time is 217 Calendar days. Completion Time for Option No.1- Completion time is 88 Calendar days 4. The solicitation issued will be a firm-fixed price contract award. Estimated magnitude for this effort is estimated between $10,000,000.00-$25,000,000 5. Bonding Requirements - The Contractor will be required to provide the Performance and Payment Bonds within 5 calendar days after award. The contractor shall begin work within 10 calendar days after acknowledgment of the Notice to Proceed. 6. Furnish pre-award documents within 2 working days after Bid Opening. Prior Government contract work is not required for submitting a response to the solicitation. The Solicitation issued will be Firm Fixed Price. This solicitation is subject to the availability of funds. The Solicitation is a FULL AND OPEN COMPETITION. The Solicitation will be issued on or about 17 NOV 2022. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990. The Small Business Size Standard is $32.5 Million. NAICS code 237990 - Construction All offerors are encouraged to visit the Army's Single Face to Industry Website at Beta Sam website at https://www.beta.sam.gov to view and download the plans, specification and or any amendments for this procurement. Plans and specifications will not be available in paper format or on compact disc. To register as an "Interested Vendor", visit https://www.beta.sam.gov . Offerors must be registered with the SAM, Systems for Award Management, in order to receive a Government contract award. To register, the SAM address is: https://www.sam.gov/portal/public/SAM/ . The Contract Specialist for this solicitation will be Teakeishia Sewell, at email teakeishia.m.sewell@usace.army.mil. Subcontracting goals for the Galveston District are: 56.0% - Small Business; 13.0% - Small Disadvantaged Business; 17.0% - Woman-Owned Small Business; 7.0% - HubZone Small Business; 9% - Veteran-Owned Small Business and 6.0% - Service Disabled Veteran-Owned Small Business. 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. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. If you have any questions and or additional comments, please do not hesitate to contact me at Thomas.Rhontia@dol.gov. |
||||
Details |
|
||||
Bidder's List | View project details and contacts | ||||
Prospective Bidders | View project details and contacts | ||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |