HOPPER MAINTENANCE DREDGING OF THE CORPUS CHRISTI SHIP CHANNEL
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
THE WORK CONSISTS OF:
Schedule 1 - Dredging -Perform maintenance dredging of the Corpus Christi Ship Channel, approximately 1M CY of material.
Option 1 - Dredging of approximately 1M CY from the Inner Harbor
Option 2 - Dredging of approximately 200k CY at the La Quinta Junction
Option 3 - Maintenance dredging of 9 non-Federal docks (approximately 90k CY) adjacent to the Federal Channel and non-Federal Rincon Canal shallow draft access channels (225k CY).
Placement is anticipated to be in upland confined, unconfined, and open water sites.
1. Completion Time for Schedule No. 1 for this project is estimated at 180 calendar days after acknowledgement of the Notice to Proceed. Option 1 - 75 calendar days after acknowledgement of the Notice to Proceed. Option 2 - 25 calendar days after acknowledgement of the Notice to Proceed. Option 3 - 75 calendar days after acknowledgement of the Notice to Proceed.
2. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in an amount to be determined for each calendar day of delay until the work is completed or accepted.
3. The solicitation issued will be a firm-fixed price contract award. Estimated magnitude for this effort is estimated to be between $5,000,000 and $10,000,000.
4. 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 acknowledgement of the Notice to Proceed.
5. 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 an Unrestricted Procurement. The Solicitation will be issued on or about 29 MAY 2019. Response date on or about 28 JUNE 2019
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 WWW.SAM.GOV FOR INFORMATION.
The North American Industrial Classification System (NAICS) Code applicable to this project is 237990. The Small Business Size Standard is $27.5 Million. NAICS code 237990 - Construction/Dredging. 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.
All Offerors are encouraged to visit the Army's Single Face to Industry Website at Federal Business Opportunities at https://www.fbo.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.fbo.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 William (Bill) Bondurant, at email william.bondurant@usace.army.mil or phone 409-766-3944 between the hours of 8:30 AM to 4:30 PM, Monday through Friday, excluding Federal Holidays. Email is preferred.
Subcontracting goals for the Galveston District are: 50.0% - Small Business; 17.0% - Small Disadvantaged Business; 18.0% - Woman-Owned Small Business; 10.0% - HubZone Small Business; 8.5% - Veteran-Owned Small Business and 4.0% - Service Disabled Veteran-Owned Small Business.