Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOURCES SOUGHT

Z -- FY26 Sabine-Neches Waterway Maintenance Dredging

Notice Date
5/1/2025 7:06:20 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W076 ENDIST GALVESTON GALVESTON TX 77550-1229 USA
 
ZIP Code
77550-1229
 
Solicitation Number
W912HY25X16RC
 
Response Due
5/12/2025 8:00:00 AM
 
Archive Date
05/27/2025
 
Point of Contact
Sarah Eisele, Phone: 4097663036, Mirian Tudor
 
E-Mail Address
Sarah.M.Eisele@usace.army.mil, Mirian.R.Tudor@usace.army.mil
(Sarah.M.Eisele@usace.army.mil, Mirian.R.Tudor@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS TITLE: FY26 Sabine-Neches Waterway, Texas Maintenance Dredging Notice Type: SOURCES SOUGHT SYNOPSIS Source Sought Number: W912HY25X16RC Response Date (10 days) May 12, 2025 The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS ANNOUNCEMENT SEEKS INFORMATION FROM INDUSTRY, WHICH WILL BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO), Woman Owned (WO) and Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition of responsible firms. Project Information: FY26 Sabine-Neches Waterway Maintenance Dredging that will include pipeline dredging of material in upland confined PAs and maintenance dredging of berths Port of Port Arthur. This contract will be for maintenance dredging along the Sabine-Neches Waterway (SNWW), from Sabine Pass Reach to the Neches River Reach. Work will include base and optional items, with optional reaches likely including the Junction, Taylor�s Bayou, and the Eyeball. Dredged material shall be placed in upland confined placement areas (PAs) or Beneficial Use sites if directed. The contract will include mechanical dredging option of Docks at the Port of Port Arthur. The completion time of the work is 170 calendar days. Completion time for options is 47 days. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $12,000,000. All construction performance must comply with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $37 million. The Product Service Code is Z1KB. Small Businesses are reminded under FAR 52.219-14, (Deviation 2021-O0008), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the prime contractor�s 85% subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response to this announcement. Contractor may demonstrate any construction experience as a prime contractor working on Dredged Material Placement Areas. Bonding Requirements: Performance and Payment Bonds are required within 5 calendar days after award and the contractor shall begin work within 10 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 the estimated amount of $3,000.00 for each calendar day of delay until the work is completed or accepted. FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: 1. Unique Entity Identifier (UEI) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) Registration at www.sam.gov ). 2. Name of firm w/ address, phone, fax, e-mail address, and point of contact. 3. Indicate whether your firm will submit a bid for this project if set-aside for Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO), Woman Owned (WO) Woman-Owned Small Business (WOSB). 4. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. Qualifications: Responses to this source sought announcement shall indicate specialized experience and technical competence in: a. Demonstrate experience in completing work outlined under the paragraph above for �Project Information.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above or comparable work performed within the past 5 years): Brief description of each project, customer name, and dollar value of the project)� provide at least 3 examples. Firm�s Bonding Capacity (Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount) bonding level per contract and aggregate construction bonding level, both expressed in dollars. Firms responding to this announcement, who fail to provide ALL required information requested and outlined above, may be excluded from further consideration in the review and analysis for acquisition strategy determination. Anticipated solicitation issuance date is on or about August 2025, and the estimated proposal/bid due date will be on or about September 2025. Estimated award on or about date is December 2025.The official synopsis citing the solicitation number will be issued on Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/ inviting firms to register electronically to receive a copy of the solicitation when it is issued. Interested Firm�s shall respond to this announcement no later than May 12, 2025, at 10:00 AM (CDT). All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Email your response to Ms. Sarah Eisele at Sarah.M.Eisele@usace.army.mil and Mirian Tudor at Mirian.R.Tudor@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca86f2aed105475d88896e4bda160c9e/view)
 
Place of Performance
Address: Sabine Pass, TX, USA
Country: USA
 
Record
SN07428679-F 20250503/250501230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.