Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2011 FBO #3499
SOURCES SOUGHT

Z -- 2012 - 2016 Maintenance Dredging, Homer and Ninilchik, Alaska

Notice Date
6/22/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-11-R-0040
 
Point of Contact
Roger D Williams, Phone: 907-753-5571, Christine A. Dale, Phone: 907 753-5618
 
E-Mail Address
r.david.williams@usace.army.mil, christine.a.dale@usace.army.mil
(r.david.williams@usace.army.mil, christine.a.dale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY, 2012 - 2014 MAINTENANCE DREDGING AT THE HOMER AND NINILCHIK HARBORS. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE-SOLICITATION. The District of the U.S. Army Corps of Engineers, Alaska is conducting research prior to releasing a solicitation for 2012-2016 Maintenance Dredging at the Homer and Ninilchik Harbors. DESCRIPTION OF WORK: Perform surveying, annual maintenance dredging and disposal of 8,500 cubic yards for the base and each option year (if awarded) of material at Homer Harbor, Homer Alaska. Additional options include 9,000 cubic yards per year at Ninilchik Harbor (if awarded), and spring dredging at the USCG's Hickory Berth of 2,500 cubic yards (if awarded) and fall dredging at the USCG's Hickory Berth of 2,500 cubic yards (if awarded). Material is expected to be fine-grained shoaled material. The Contractor is to furnish all labor, equipment, supplies, materials, supervision and other items and services necessary to accomplish the work. Estimated Award Date of the Contract is 15 Dec 2011 with a 15 Oct 2012 completion date for the base items. Options for 2013, 2014, 2015 and 2016 are included in this solicitation. A fuel price adjustment provision for the dredging plant is included. The Davis-Bacon Act will apply. The Estimated Magnitude of Construction is between $500,000, and $1,000,000. The North American Industrial Classification System code is 237990, which has a size standard of $20 million in average annual receipts. Note: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate the funds, the solicitation will be canceled. If the project is canceled, all proposal preparation costs will be borne by the offeror. If a large business is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY11 subcontracting goals for this contract are a minimum of 50.0% of the contractor's intended subcontract amount be placed with small businesses, 17.0% of that to small disadvantaged businesses, 18.0% to woman-owned small businesses, 10.0% to HUB zone small businesses, 8.5% to Veteran-Owned Small Business and 4.0% to service disabled veteran-owned small business. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price shall be applicable. Therefore, the successful firm shall have the capability to acquire such bonding. All offerors are advised that they must be registered in CCR (www.ccr.gov) and ORCA (http://orca.bpn.gov) in order to receive an award. Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise offerors begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for the award. Based on this interested contractors are asked to provide information on their small business status. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price shall be applicable. Therefore, the successful firm shall have the capability to acquire such bonding. Interested firms should submit to the point of contact listed below, with the following information regarding their company. 1. Company Name, Address and Point of Contact including email address. 2. Small Business status (if applicable, for example 8(a), Hub zone, Service Disabled Veteran-Owned, Small Business) 3. Evidence of bonding capability. 4. Relevant work experience with similar projects. 5. How much experience do you have with remote Alaskan infrastructure work (years and type of work)? 6. These harbors have us a cutter-head suction section dredge, what experience has your company have using this method? Please submit all information via email www.fbo.gov. Information must be submitted no later than 1400 hours, Alaska Standard Time, Wednesday 20 Jul 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-R-0040/listing.html)
 
Place of Performance
Address: Homer & Ninichik, Harbors, Homer & Ninilchik, Alaska, 99603, United States
Zip Code: 99603
 
Record
SN02478916-W 20110624/110622234259-b7c18dc95668f2536035beade43d8f6b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.