SOURCES SOUGHT SYNOPSIS
TITLE: Sabine Neches Waterway, Texas USCG Sabine Pass Station Basin and Slips Maintenance Dredging, Jefferson County, Texas & Cameron Parish, Louisiana
Notice Type: SOURCES SOUGHT SYNOPSIS
Source Sought Number: W912HY25X3208
Response Date (10 days) February 23, 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: Work will consist of maintenance dredging of United States Coast Guard Basins and approaching channels. Basin #1: Sabine-Neches Waterway (SNWW) upland confined placement in PA5B. Basin #2 South Padre, upland confined placement in PA2. Scope of this contract is to perform dredging with a pipeline dredge of the USCG Station Sabine basins and slips in the Sabine-Neches Waterway and South Padre Island. Approx. 100,000 cy will be placed in upland confined placement areas. Contractor may have experience as a prime contractor dredging in close proximity to dock structures and provide production rates.
The completion time of the work is 140 calendar days.
In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000.
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 for Dredging and Surface Cleanup Activities.
The Product Service Code is Z1KF.
Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), 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 85% subcontract amount that cannot be exceeded.
Prior Government contract work is not required for submitting a response to this announcement.
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. ** Amount of damages changes. If exact dollar amount is not available, “shall pay liquidated damages to government until work is completed.”
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 Protégés 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 June 2025, and the estimated proposal/bid due date will be on or about July 2025. Estimated award on or about date is September 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 February 23, 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 Sarah Eisele at Sarah.M.Eisele@usace.army.mil and Traci Robicheaux at Traci.D.Robicheaux@usace.army.mil