MODIFICATION
Y -- Valdez Navigation Improvements
- Notice Date
- 7/7/2014
- Notice Type
- Modification/Amendment
- 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
- W911KB-14-R-0035
- Point of Contact
- Yolanda M. Ikner, Phone: 9077532553, Christine A. Dale, Phone: 907 753-5618
- E-Mail Address
-
yolanda.m.ikner@usace.army.mil, christine.a.dale@usace.army.mil
(yolanda.m.ikner@usace.army.mil, christine.a.dale@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CORRECTION TO ORDER OF MAGNITUDE ($10,000,000 TO $25,000,000) THIS IS A PRESOLICITATION NOTICE ONLY FOR VALDEZ NAVIGATION IMPROVEMENTS, VALDEZ, ALASKA. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. This solicitation will be a Full and Open competitive procurement. Any resulting contract will be firm-fixed priced. The solicitation for this project will be available by INTERNET ACCESS ONLY and will be available for download on or about 8 Sep 2014. Access to the documents will be through a link on the FedBizOpps website: http://www.fbo.gov. Use the Advance Search function and use this solicitation number to Search by Solicitation/Award Number. Any future amendments to the solicitation will also be available for download from the FedBizOpps website. DESCRIPTION OF WORK: The project includes the construction of approximately 3,160 linear feet of rubble mound breakwater to protect a mooring basin with entrance channel approximately 14 acres in size. The basin will involve dredging and disposal of approximately 339,000 cubic yards of material of which some will be disposed of in adjacent uplands and the majority of the material disposed of in deep water. The breakwater will be three layer rock systems comprised of Armor Rock, B Rock and Core Material and will require staged construction with the use of wick drains to allow consolidation of foundation materials in some portions of the breakwater. It's the complexity of the project's location and the project schedule that requires a large volume of equipment to be allow work to be performed simultaneously in order to complete this project on schedule. The breakwater will be three layer rock systems comprised of Armor Rock, B Rock and Core Material and will require staged construction to allow settlement of foundation materials in some portions of the breakwater. It is currently anticipated that an award in October 2014 is planned. The Davis 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. All offerors are advised that they must be registered in SAM https://staging.sam.gov/portal/public/SAM/ in order to receive an award. If a large firm 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 FY14 subcontracting goals for this contract are a minimum of 43.0% of the contractor's intended subcontract amount be placed with small businesses, 18% of that to small disadvantaged businesses, 7.0% to woman-owned small businesses, 11% to HUB zone small businesses, and 4.0% to service disabled veteran-owned small business. Joint ventures must also be registered in SAM as a joint venture. We advise offerors to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. Contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations and procedures. The estimated magnitude of Construction is between The Estimated Magnitude of Construction is between $10,000,000, and $25,000,000. The North American Industrial Classification System (NAICS) code of 237990, which has a size standard of $25.5 million for a potential acquisition. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-14-R-0035/listing.html)
- Place of Performance
- Address: Valdez Alaska, Valdez, Alaska, United States
- Record
- SN03416494-W 20140709/140708021839-91cd0bcbdcf72c989e40438ea07347ca (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 |