Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2014 FBO #4697
SOURCES SOUGHT

Z -- U.S. Coast Guard – Base Kodiak, AK / Design-Build Construction Services.

Notice Date
10/2/2014
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Shore Maintenance Command (SMC), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011, United States
 
ZIP Code
98174-1011
 
Solicitation Number
HSCG87-15-R-PJT002
 
Archive Date
11/5/2014
 
Point of Contact
LeRoy W. Rushing, Phone: 2062207436
 
E-Mail Address
leroy.w.rushing@uscg.mil
(leroy.w.rushing@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Sources Sought and is not a request for proposals nor does it constitute a statement of a current government requirement. The anticipated procurement is for a Design-Build Construction Contract that will provide for the Repair and Alteration of a waterline and the demolition and replacement of a bridge located at USCG Base Kodiak, AK. This construction effort is anticipated to be a small business set-aside, but all interested parties are encouraged to submit capability statements. It is anticipated that this acquisition will result in one (1) firm fixed price contract. The anticipated magnitude of the awarded contract is between $5,000,000.00 and $10,000,000.00. The projected contract's period of performance is estimated to be 730 calendar days. The successful offeror will be required to provide all labor, material, supplies, transportation, supervision, and all other necessary items to demolish an existing waterline and bridge and construct a new replacement for this infrastructure as a Design-Build delivery method in accordance with Government provided construction documents and specifications. The project includes design and construction of all site improvements and infrastructure required to replace approximately 9,000 LF of waterline from the Water Treatment Plant to a point immediately downstream of the Buskin River waterline bridge crossing. The Buskin River waterline bridge crossing will be replaced and demolition of an abandoned bridge crossing over the Buskin River. Project Background: Base Kodiak operates and maintains a Public Domestic Water System regulated by the State of Alaska. The Buskin River waterline and the bridge for the waterline crossing the Buskin River were built in the late 1950's by the US Navy. This section of waterline (approximately 8,400 LF of buried 16" ductile iron) and the Buskin River Bridge crossing (steel construction) are the critical components supporting the entire public water distribution system for Base Kodiak. Segregation and management of the water distribution system is problematic. The bridge is not built to seismic standards and structural components are significantly deteriorated. In addition, due to the bridge's low elevation at the river crossing, the bridge and the main distribution waterline attached to the bridge are subject to potential damage from Buskin River flooding events, ice jams and debris from high water events. The age of the pipeline and its critical nature make this a high priority project. Base Kodiak has only 1 to 2 days of water storage downstream of this waterline/bridge infrastructure. In the event of failure, on-island resources do not exist for emergency repairs to this system. Any failure would result in an extended outage, severely impacting operations at Base Kodiak, including quality of life for 406 family housing units. Due to the highly regulated nature of public water systems, construction and maintenance activities require careful coordination, planning, and design. The Annual Water Quality Report 2012 indicates that Base Kodiak's water is in compliance with all of the drinking-water standards; however, vulnerability was assessed as a risk due to potential infiltration of contaminants into the water stream. There are two known contaminated sites located near the project alignment. The Buskin River Bridge #2 presents a public safety threat and has been condemned and is currently scheduled for demolition. The Buskin River Bridge No. 2 was built in 1950 and is approximately 178 feet long and 20 feet wide and is supported approximately 18 feet above the Buskin River. The bridge is constructed of wood decking and rails and is supported with steel beams. It has a total of 10 spans of steel beams and a wooden bulkhead on each side. This bridge is located at latitude 57.7559 north, longitude 152.5017 west and is located adjacent to the Kodiak Airport on an abandoned portion of the Chiniak Highway to the north side of the end of Runway 11. The bridge steel support beams also cause the buildup of debris in the Buskin River. Desired capabilities and qualifications include; - Expertise in Design-Build construction related services. - Experience working in remote locations with harsh seasonal weather conditions. - Evidence demonstrating ability to work on projects of similar size, scope, magnitude, and complexity as the work described above. - Bonding capability up to $7,000,000.00. Interested contractors should respond by registering on the Interested Vendor List for this procurement. This notice is issued for the purpose of market research in accordance with FAR Part 10. All written responses must include a written narrative of capability, including technical information demonstrating the ability to meet the above requirements. The written narrative shall provide evidence of experience of at least 3 projects as a Prime contractor, similar in type and scope, substantially completed within the last 5 years; to include: project description, location, and cost, points of contact and telephone numbers/email addresses. Please also provide if your business currently participates in an existing multiple award contract, or other contract vehicle with the Federal government which could potentially satisfy the requirement, please describe the contract vehicle, and points of contact in your response. The responses must be sufficient to permit agency analysis to establish a bona-fide capability to meet the requirement. Responses are limited to no more than 10 pages. Cover sheets, organization charts, and business size/classification documentation are excluded from the page count. Please provide in your response the firm's business size and classification. A positive statement of the firm's intent to submit a proposal for the anticipated contract solicitation as a prime contractor is requested. Affirmative written responses must be received no later than 15 days after the publication of this notice. All questions regarding this notification shall be submitted in writing to Mr. LeRoy (Roy) Rushing via email at Leroy.w.rushing@uscg.mil. This is not a request for proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCP/HSCG87-15-R-PJT002/listing.html)
 
Place of Performance
Address: USCG BASE KODIAK, KODIAK, Alaska, 99619, United States
Zip Code: 99619
 
Record
SN03540924-W 20141004/141002234848-6afd9163db88df7049fbad481f5f5d49 (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.