Pre-Solicitation Synopsis
W912HY25B0014
The U. S. Army Corps of Engineers, Galveston District Office requires a contract for Texas City Main Channel, Texas Main Channel and Turning Basin. Full and Open Competition.
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 responsibility item. Bids/offers from contractors with a NIST score in SPRS will be considered responsible and evaluated/considered for award. Those without a NIST score in SPRS may be deemed NON-RESPONSIBLE and thus not evaluated/considered for award. For NIST compliance See Section 00 72 00 Contract Clauses, 252.204-7020 and 252.204-7012.
THE WORK CONSISTS OF:
- Deep Maintenance Dredging of the Texas City Ship Channel (TCSC) Main Channel and Main Turning Basin. Schedule 1 includes dredging of approximately 612,000 cubic yards (CY) of the Texas City Main Channel. Option 1 is for maintenance dredging of the Texas City Main Channel Section 4 for approximately 109,000 CY. Option 2 is for maintenance dredging of the Texas City Turning Basin for approximately 213,000 CY. Option 3 is for the Texas City Main Channel for approximately 66,000 CY.
- Contractor should be familiar with the dredge material placement areas and the soft material found within them. Contractor should be familiar with the traffic conditions on the Texas City Ship Channel.
- Completion Time for Schedule No. 1 for this project is estimated at 20 calendar days after receipt of the Notice to Proceed. Completion Time for Schedule No. 2 for this project is estimated at 55 calendar days after receipt of the Notice to Proceed. Completion Time for Schedule No. 3 for this project is estimated at 15 calendar days after receipt 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 an amount to be determined for each calendar day of delay until the work is completed or accepted.
- The solicitation issued will be a firm-fixed price contract award. Estimated magnitude for this effort is estimated between $5,000,000.00 - $10,000,000.00.
- 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 receipt of the Notice to Proceed.
- Furnish pre-award documents within 3 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 APRIL 2025. Response date on or about MAY 2025.
The North American Industrial Classification System (NAICS) Code applicable to this project is 237990. The Small Business Size Standard is $37 Million for Dredging and Surface Cleanup Activities.
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://sam.gov/content/home FOR MORE INFORMATION.
The Contract Specialist for this solicitation will be Ms. Sarah Eisele, (409) 766-3036; E-mail: Sarah.M.Eisele@usace.army.mil between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays.
Subcontracting Goals for this procurement: 35.60% - Small Business; 19.0% - Small Disadvantage Business; 6.5% - Women-Owned Small Business; 3.6% - Service Disabled Veteran-Owned Small Business; 5.0% - HubZone Small Business.