Similar Projects
Bird Creek Detention Pond - City of Temple
Infrastructure
Conception
$3,043,000 est. value
Temple, TX

Concepcion Creek Phase 1 - Construction - 23-01787 - City of San Antonio
Infrastructure
Conception
$5,500,000 CJ est. value
San Antonio, TX 78205

Mitchell Lake Entrance
Term Contract
Design
San Antonio, TX 78205

Classen Steubing New Bore Alignment - Outreach
Infrastructure
Bidding
$5,800,000 CJ est. value
San Antonio, TX 78205

Softball Field Drainage Improvements
Infrastructure
Post-Bid
TX

Construction of Water, Sanitary Sewer, Street and Drainage Improvements
Infrastructure
Post-Bid
New Braunfels, TX

Mustang Bayou Bank Repair at National Oaks Park
Results
$101,710 est. value
Alvin, TX 77511

Waterwheel Booster Station Project
Results
$2,840,000 est. value
San Antonio, TX

Riverwalk Gate 5 Replacement - 23-03823 - City of San Antonio
Infrastructure
Conception
$4,200,000 CJ est. value
San Antonio, TX 78205

Westview Terrace Drainage Improvements
Infrastructure
Post-Bid
Sealy, TX

HPW - Lift Station Renewal And Replacement
New Construction, Renovation
Results
$9,921,000 est. value
Houston, TX

Seeling Channel Drainage Improvement - Phase 4 - 23-01843 - City of San Antonio
Infrastructure
Conception
$5,445,000 CJ est. value
San Antonio, TX 78205

Rummel Road Lift Station Upgrade and 12-Inch Force Main Extension
Renovation, Infrastructure - 8,034 SF
Post-Bid
$1,000,000 est. value
Harker Heights, TX 76513

Repair Storm Drainage at The Medical Education Training Campus (METC).
Results
$500,000 to $1,000,000 est. value
San Antonio, TX 78275

Stagecoach - 230012 - City of Killeen
Infrastructure
Conception
$14,400,000 CJ est. value
Killeen, TX 76542

Reported 03/21/2023 12:00 AM
Project Title

RFQ - Early Exchange of Information for Sabine Pass to Galveston Bay Coastal Storm Risk Management

Physical Address View project details and contacts
City, State (County) Orange, TX 77630   (Orange County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Lift and Pump Stations, Shoreline/Erosion/Drainage, Storm/Sewers
Contracting Method Competitive Bids
Project Status Bidding, Accepting Qualifications, Construction Start Expected 2023,
Bids Due View project details and contacts
Estimated Value $500,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Please note that the USACE Galveston District has provided the presentation slides as promised for the Industry Day Event that occured on 16 February 2023 during the Orange breakout session for industry. This is a SOURCES SOUGHT announcement, a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. This notification will be amended with the results of the evaluation for respondents and other interested offerors. This is a follow-on to the request for sources sought previously published on 17 September 2021 and 13 April 2022. Offerors who previously responded are requested to update and submit information specific to this announcement. Furthermore, Offerors are notified that this project will be discussed in detail at the USACE Galveston District Small Business Industry Day on Thursday, February 16, 2023 as advertised on SAM.gov at the following link: https://sam.gov/opp/ab0d8dac9b81488f974ebd8cf901e27f/view Registration for the 2023 USACE Galveston District Industry Day Event is required for all attendees and can be made through the online invitation link: https://www.eventbrite.com/e/usace-galveston-district-industry-day-event-tickets-514400966137 The Industry Day will cover the technical overview of the requirement, why Early Contractor Involvement has been selected as the delivery method, as well as information on source selection and contract administration details. Interested participants are encouraged to register for the Galveston District Industry Day to attend the Orange CSRM breakout scheduled from 1300hrs to 1600hrs Central Time on February 16, 2023. The U.S. Army Corps of Engineers - Galveston District has been tasked to solicit for and award a contract(s) for the performance of preconstruction services and subsequent construction of a levee and floodwall system as well as new pump stations and connected work located in Orange County, Texas. The proposed project will be a competitive fixed price incentive - successive targets (FPIS) contract(s) procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The Government is seeking qualified, experienced sources capable of performing the following: The Coastal Storm Risk Management (CSRM) Orange project consists of a new 26.7-mile-long levee/floodwall system along the edge of the Sabine and Neches River floodplains (soft soils) from the City of Orange on the east to the vicinity of Orangefield, Texas on the west. The project includes approximately 15.6 miles of new levees, 10.7 miles of new floodwalls, new pump stations, gravity drainage structures, closure gates located at road and railway crossings to mitigate interior flooding during surge events, and navigable sector gate structures with adjacent vertical lift floodgates for allowing normal channel flow to be constructed in Adams and Cow Bayous to reduce surge penetration. The CSRM Orange project floodwall alignment runs adjacent to numerous chemical manufacturing and other industrial facilities, including the Port of Orange and several ship-building yards, and through the downtown area of the City of Orange. The levee alignment parallels residential areas and a power plant and traverses several sensitive environmental marsh/wetland habitat areas. Project challenges will require the successful contractor to be able to coordinate with multiple stakeholders, both public and private, and will include pipeline and utility relocations, railroad and road closures, and nonfederal sponsor real estate acquisition. Additional challenges will be constructing new earthen levees in marsh/wetland areas in addition to downtown Orange and industrial complex areas. Project constraints include both building, transportation, and railroad easement requirements, and construction in active, congested areas, including the city of Orange and outlying industrial areas. Due to life-safety issues, it is necessary to ensure that the Pump Stations and Sector Gates are designed/constructed prior to the Levees and Floodwalls. Any recommendations regarding various ways to execute the project, to include the possibility of phasing or other alternatives should be provided in your response. The Government has decided that the execution of this project will be through separate construction contracts utilizing Early Contractor Involvement. In accordance with DFARs 236.204(v), the estimated construction price range for each of the two contracts is over $500,000,000.00 The North American Industry Classification System code for this procurement is 237990, which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Prior government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 14SEP2024, and the estimated proposal due date will be on or about 30OCT2024. The official synopsis citing the solicitation number will be issued on 30AUG2024 inviting firms to register electronically to receive a copy of the solicitation when it is issued. The Government intends to select a target of ten (10) firms who respond to this sources sought and are determined to have experience with similar projects, contract types, and/or alternate delivery methods to schedule one-on-one meetings as an early exchange of information in accordance with FAR 15.201 Exchanges with Industry before receipt of proposals. As stated in FAR 15.201(f), any general information disclosed in these meetings will be made available to the public as soon as practicable, but no later than the next general release of information, to avoid creating an unfair competitive advantage. Any materials distributed by the Government at these meetings shall be made available to all potential offerors, upon request to the contract specialist identified below. Interested firms' responses to this synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, e-mail address and business CAGE Code. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a complex contract with a dollar magnitude estimated near $1 billion. Include firm's capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples. 4. Firm's capability to execute a Fixed Price Incentive - Successive Targets (FPIS) type contract, or similar contractual arrangement, demonstrating ability to meet all of the following: a. Properly track allocable and allowable costs with an approved accounting system in accordance with FAR Part 31 Contract Cost Principles and Procedures, b. Cost Accounting Standards (CAS) with either full or modified coverage in accordance with FAR Part 30, as well as Title 48 of the Code of Federal Regulations, Chapter 99, c. Maintain and/or obtain an Earned Value Management System determined by the cognizant federal agency to be in compliance with the American National Standards Institute/Electronic Industries Alliance Standard 748 (ANSI/EIA-748) standards in accordance with DFARS Subpart 34.2. 5. Firm's experience utilizing alternate delivery methods in public sector construction projects to include, but not limited to, Early Contractor Involvement, Construction Manager as Constructor, Construction Manager-At Risk, Construction Manager/General Contractor, or Progressive Design/Build. 6. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 7. Firm's Joint Ventures (existing), including Mentor Proteges and teaming arrangement information is acceptable. 8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company that also defines the longest duration (in years) the surety will support with performance/payment bonds. EXAMPLE - $500M Single / $2B Aggregate / duration 7 years per bond. 9. Any Recommendations for Construction Execution and Phasing. Interested firms shall respond to this sources sought synopsis no later than 3:00PM CST, 20 March 2023. All interested firms must be registered at www.sam.gov to be eligible for award of government contracts. Email your response to the Contract Specialist Steven Penland, U.S. Army Corps of Engineers, Galveston District at Steven.D.Penland@usace.army.mil., and to Brian Hutchison at Brian.C.Hutchison@usace.army.mil. THE INFORMATION RECEIVED IS STRICTLY VOLUNTARY AND WILL BE USED FOR PRELIMINARY PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED AS A RESULT OF THIS NOTICE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS NOTICE OR ANY FOLLOW UP INFORMATION REQUESTS. THE GOVERNMENT MAY, AT ITS SOLE DISCRETION, POST AND/OR DISSEMINATE INFORMATION SUBMITTED IN RESPONSE TO THIS NOTICE IN A PUBLIC FORUM. THEREFORE, PROPRIETARY INFORMATION AND/OR TRADE SECRETS SHALL NOT BE INCLUDED IN RESPONSES. The method of contractor selection has not been determined at this time.

Details

Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties, Signage, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Extinguishers, Storage Specialties.
Division 11 - Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 26 - Electrical.
Division 27 - Communications, Data Communications, Voice Communications, Audio-Video Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Erosion and Sedimentation Controls.
Division 32 - Exterior Improvements, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Water Utility Distribution Equipment, Water Utility Pumping Stations, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains, Storm Drainage Utilities, Storm Utility Drainage Piping, Storm Utility Water Drains, Ponds and Reservoirs, Storm Drainage Structures.
Division 35 - Waterway and Marine Construction, Shoreline Protection, Waterway Construction and Equipment.
Division 40 - Process Integration, Water Process Piping.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents