SOLICITATION NOTICE
Z -- Maintenance Dredging, Bethel, Alaska
- Notice Date
- 7/3/2012
- Notice Type
- Presolicitation
- 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, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB12B0005
- Point of Contact
- Olen R. Northern, Phone: 9077532525, Aldone Graham, Phone: 907-753-2528
- E-Mail Address
-
olen.r.northern@usace.army.mil, Aldone.R.Graham@usace.army.mil
(olen.r.northern@usace.army.mil, Aldone.R.Graham@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A PRE-SOLICITATION NOTICE ONLY FOR MAINTENANCE DREDGING, BETHEL, ALASKA. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS A PRE-SOLICITATION NOTICE. The District of the U.S. Army Corps of Engineers, Alaska is NOTIFYING IN ADVANCE OF AN ACTUAL SOLICITATION BY POSTING THIS PRESOLICITATION NOTICE OF OUR INTENT TO POST A SOLICITATION for the Maintenance Dredging, Bethel, Alaska. Description of Work: Perform dredging of the existing entrance channel and harbor mooring basin, launch ramp improvements, and perform hydrographic surveys at the Bethel Small Boat Harbor. The dredged material disposal area is an upland site northeast of the harbor provided by the City of Bethel. The performance period for the project will dictate that the dredging work be performed during the winter/spring months in a frozen condition, and the launch ramp improvements be constructed during the summer/fall months in a thawed condition. There is no Government furnished staging area for this project. The Contractor is to furnish all labor, equipment, supplies, materials, supervision and other items and services necessary to accomplished with work. Performance Period of 1 October 2012 through 1 December 2013. The David-Bacon Act will apply." This project is contingent on availability of funds. If the project is cancelled, all proposal preparation costs will be borne by the offeror. The intent is to post a solicitation with award criterea being LOWEST PRICED TECHNICALLY ACCEPTABLE. The Estimated Magnitude of Construction is between $1,000,000 and $5,000,000. 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. If a large business is selected for this contract, the firm must comply with FAR 52.219-9regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract. The FY12 subcontracting goals for this contract are a minimum of 50% of the contractor's intended subcontract amount be placed with small businesses, 17% of that to small disadvantaged businesses, 18% to woman-owned small businesses, 10% to HUB zone small businesses, and 4% to service disabled veteran-owned small business and 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. 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).Evidence of bonding capability. 3. Evidence of bonding capability. 4. Relevant work experience with similar sized mechanical dredging projects in small Alaskan harbors. 5. How much experience do you have with remote Alaskan marine work(years and type of work)? 6. Relevant work experience in mobilizing by barge access.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB12B0005/listing.html)
- Place of Performance
- Address: Bethel Alaska, Bethel, Alaska, 99559, United States
- Zip Code: 99559
- Zip Code: 99559
- Record
- SN02793337-W 20120705/120703235458-b037aa18d71e01de3b322e219245db63 (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 |