The purpose of this sources sought announcement is to gain knowledge of interested, capable, and all qualified small businesses including but not limited to Small Business, 8(a) Small Business Development Program, Service Disabled Veteran Owned Small Business, and Hubzone firms. The North American Industry Classification System (NAICS) Code 237990; Size Standard $27.5 million.
To make appropriate acquisitions for the above project, the Government, will use responses to this sources sought announcement and possible future projects as determined to be in the best interest of the Government. The order of magnitude for this effort is estimated between $9,000,000 to $10,000,000.
Note: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.
Project Information: This contract will be advertised as either pipeline cutterhead suction dredge or hopper dredge. The Entrance Channel and Jetty Channel of the Brazos Island Harbor (BIH) project is subject to hazardous sea conditions and high swell, making it a dangerous and volatile location for dredging operations. As a result, any dredge, operating in the channel under this contract must be certified as an ocean-going vessel by the US Coast Guard.
Schedule No. 1 consists of maintenance dredging of approximately 250,000 cubic yards within the BIH Jetty Channel. Schedule No. 1 calls for the Jetty Channel dredged material to be placed in the near-shore placement area #1/#1A. Completion time is 30 calendar days from notice to proceed.
Option No. 1 consists maintenance dredging of approximately 250,000 cubic yards within the BIH Entrance Channel with placement at near-shore berm PA #1/#1A. If exercised an additional 20 calendar days will be added to the completion time.
Option No. 2 consists of placement of BIH Jetty Channel material at South Padre Island beach placement area #4A instead of near-shore PA #1/1A. If exercised an additional 45 calendar days will be added to the completion time.
Option No. 3 consists of placement of BIH Entrance Channel material at South Padre Island beach placement area #4A instead of near-shore PA #1/1A. If exercised an additional 45 calendar days will be added to the completion time.
Option No. 4 consists of turtle trawling. If exercised an additional 30 calendar days will be added to the completion time.
Option No. 5 consists of turtle trawling. If exercised an additional 30 calendar days will be added to the completion time.
The contractor will be required to provide Performance and Payment Bonds within (5) calendar days after award. The contractor shall begin dredging within (10) calendar days after acknowledgement of the Notice to Proceed.
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 $1,888.00 for each calendar day of delay until the work is completed or accepted.
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 Smith, [email protected] , Office No. (409) 766-3845. Responses must be received no later than 2:00 p.m. Central Standard Time, on June 19, 2017. The following information is requested:
1. Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management Registration (SAM)).
2. Name of firm w/address, phone, fax, e-mail address, and point of contact.
3. State if your company is an SBA Certified 8(a) firm, HubZone Small Business, or Service Disabled Veteran-Owned Small Business.
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. Please indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), Hubzone Small Business, Service Disabled Veteran-Owned Small Business.
6. Qualifications: Responses to this sources sought announcement shall indicate specialized experience and technical competence in:
(a) Pipeline cutterhead suction dredge/Hopper dredging experience in harbors and channels navigated by ocean-going vessels, barges, and a myriad of other watercraft to include dredging experience with deep draft projects.
(b) Dredge plant must be of sufficient size to operate in sea conditions present at the Brazos Island Harbor Jetty and Entrance Channels.
(b) Provide documentation for your firm on past similar efforts as a prime contractor with deep draft projects.
(c) Provide the name and size of the pipeline dredge to be used.
(d) Provide a list of your present commitments and completion dates for these commitments.
The evaluation will consider overall experience.
7. Submission Requirements: Firms submitting responses shall provide information on the most recent up to five projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and Hubzone Small Business shall be provided with this response.
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.
For technical questions, please contact: Mr. Frederick McGee at (409)766-3060 or Ms. Leslie Olson at (361) 884-3385 Ext. 2217.