Search Contract Opportunities

Single Award Task Order Contracts (SATOC) for Freeport Harbor Entrance Jetty Channel Hopper Dredging, Brazoria County, TX   10

ID: W912HY23R0008 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The U.S. Army Corps of Engineers, Galveston District (SWG), intends to solicitation and award one (1) Firm Fixed-Price Single Award Task Order Contracts (SATOC) for Freeport Harbor Entrance Jetty Channel Hopper Dredging located in Brazoria County, TX. This SATOC will be for a duration of three (3) years with a capacity of $98 million. Individual projects under this contract will be awarded by task order.

This is a will be advertised as an Unrestricted Request for Proposal (RFP). In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Protege Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer.

This solicitation will include an initial task order which will also be awarded to at the time of the base contract. The project selected for this initial task order will be the Freeport Entrance Jetty Channel Hopper Dredging, Brazoria, County, TX. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $10,000,000 and $25,000,000. Bid Bonds and Payment bonds will be required. Payment bonds will be required for the full amount (100%) of the awarded contract before Notice to Proceed can be issued. See FAR Clause 52.228-13.). There is currently 6 option CLINs that have been identified for this task order.

The Government will evaluate the technical factors and price in the proposals in accordance with the criteria described in the solicitation and ward will be made using a Lowest Price Technically Acceptable (LTPA) source selection processed to identify the technically acceptable proposal with the lowest evaluated price.

The North American Industry Classification System (NAICS) Code for this project is 237990 Other Civil and Civil Engineering Construction, with a size standard of $37,000,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above.

As requirements develop, task orders will be issued in accordance with FARS 16.505, at the Government's option.

The solicitations will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. Proposals received in response to the solicitation will be evaluated in accordance with procedures outlined in FAR Part 15 for Best Value. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures.

To view or download the solicitation requires registration at the Contracting Opportunities via the Sam.gov website at http://www.sam.gov. Downloads are available only through the Contracting Opportunities Sam.gov website. Any amendments will only be available from the Contracting Opportunities Sam.gov website. Offerors are responsible for checking the Contracting Opportunities Sam.gov website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website

The solicitation will be available on or about 30 July 2023 and proposals will be due within 30 days from issuance of the solicitation.

Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective offeror.

Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site

All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A Bidder Inquiry Key will be provided with the solicitation.

Point of Contact:

Jaclyn Yocum, Contract Specialist jaclyn.c.yocum@usace.army.mil

Overview

Response Deadline
July 30, 2023, 6:00 p.m. EDT Past Due
Posted
July 13, 2023, 4:31 p.m. EDT
Set Aside
None
Place of Performance
Freeport, TX 77541 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
82%
On 7/13/23 USACE Galveston District issued Presolicitation W912HY23R0008 for Single Award Task Order Contracts (SATOC) for Freeport Harbor Entrance Jetty Channel Hopper Dredging, Brazoria County, TX due 7/30/23. The opportunity was issued full & open with NAICS 237990 and PSC Z1KB.
Primary Contact
Name
JACLYN YOCUM   Profile
Phone
None

Secondary Contact

Name
Curtis COLE   Profile
Phone
None

Documents

Posted documents for Presolicitation W912HY23R0008

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HY23R0008

Award Notifications

Agency published notification of awards for Presolicitation W912HY23R0008

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912HY23R0008

Contract Awards

Prime contracts awarded through Presolicitation W912HY23R0008

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912HY23R0008

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HY23R0008

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HY23R0008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT GALVESTON
FPDS Organization Code
2100-W912HY
Source Organization Code
100221632
Last Updated
Aug. 14, 2023
Last Updated By
jaclyn.c.yocum@usace.army.mil
Archive Date
Aug. 14, 2023