Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Notice of Intent, contract modification for Matagorda Ship Channel Entrance and Jetty Channel

Process Number W912HY22NOI0004

USA

Dates:


Notice ID:

W912HY22NOI0004

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

US ARMY ENGINEER DISTRICT GALVESTON

Office:

US ARMY ENGINEER DISTRICT GALVESTON

General Information:


All Dates/Times are:

(utc-06:00) central standard time, chicago, usa

Updated Published Date:

(utc-06:00) central standard time, chicago, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

nov 24, 2021 02:00 pm cst

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 09, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

z1kb - maintenance of canals

NAICS Code:

237990 - other heavy and civil engineering construction

Description:


Original Set Aside:

NOTICE OF INTENT: The U.S. Army Corps of Engineers, Galveston District intends to award Firm-Fixed Price Modification under SATOC No. W912HY19D0016, Task Order No. W912HY21F0039 for Freeport Harbor, Entrance and Jetty Channel, Brazoria County, Texas to Manson Construction, 5209 East Marginal Way South, Seattle, Washington to provide all plant, labor, equipment, material and supplies for the maintenance dredging of 170,000 cubic yards from the Matagorda Ship Channel Entrance and Jetty Channel with placement into the Ocean Dredged Material Disposal Site (ODMDS). The Contractor will be required to complete all work associated with this modification within 90 calendar days after receipt of the signed Bi-lateral modification from the Contracting Officer. If the contractor fails to complete the work within the time specified in the modification, the contractor shall pay the Liquidated Damages to the Government in the amount of $3,858.00 for each calendar day of delay until the work is completed or accepted. The Galveston District intends to award this requirement on a non-competitive basic in accordance with 10 U.S.C 2304 (c) (1) as implemented by FAR Part 6.302-1---Only One Responsible Source and No Other Supplies or Services will satisfy Agency Requirements. No solicitation document is available and telephone requests will not be honored. Interested persons may identify their interest and capability to respond to this requirement with the following information: 1. Name of firm w/address, phone, fax, e-mail address, and point of contact. 2. State if your company is a Large Business, Small Business, SBA Certified 8(a) firm, HubZone Small Business, Service-Disabled Veteran-Owned Small Business or Women-Owned Small Business 3. State whether your firm can provide the required bonding for this requirement. 4. Qualifications: Responses to this Notice of Intent announcement shall indicate specialized experience and technical competence in: (a) Specialized experience in (1) hopper dredging. (b) Provide a list of your present commitments and completion dates for these commitments. 5. Submission Requirements: Firms submitting responses shall provide information on the most recent, up to five projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone for454 each effort. Proof of Small Business Administration (SBA) registration 8(a) and Hubzone Small Business shall be provided with this response. For technical questions, please contact Mr. Michael Gonzalez (361) 884-3385. The Government will consider all responses received by 2:00 PM Central Standard Time (CST) 24 November 2021. Information received will be considered solely for determining whether to conduct a competitive procurement. The Government will not pay for any information submitted by respondents in response to this Notice of Intent. Also, The Government will not pay for any preparation cost associated with this Notice of Intent. All timely responses will be considered. No hard copy or facsimile submissions will be accepted. All interested firms must be registered in SAM and shall enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) to be eligible for award of Government contracts. Information shall be provided via email to Lucille Smith at Lucille.R.Smith@usace.army.mil ; and Curtis Cole, Jr, at Curtis.Cole@usace.army.mil .

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO CONTRACTING DIVISION 2000 FORT POINT ROAD

GALVESTON , TX 77550-1229

USA

Primary Point of Contacts:

Lucille R. Smith

Secondary Point of Contact:

Curtis Cole, Jr.