Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 12, 2015 FBO #5102
SOURCES SOUGHT

Z -- Port Lions Navigational Improvements, Port Lions, Alaska

Notice Date
11/10/2015
 
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, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-16-R-0007-SS
 
Point of Contact
Kimberly D. Tripp, Phone: (907)753-2549, Christine A. Dale, Phone: (907) 753-5618
 
E-Mail Address
kimberly.tripp@usace.army.mil, christine.a.dale@usace.army.mil
(kimberly.tripp@usace.army.mil, christine.a.dale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Port Lions Navigational Improvements, Port Lions, Alaska Solicitation #: W911KB-16-R-0007 THIS IS A SOURCES SOUGHT NOTICE ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. DESCRIPTION OF WORK: This project is for the construction of a new detached rubble mound breakwater at Port Lions, 700 feet in length, located northeast of the existing breakwater. The new breakwater would protect the design fleet from northeast. Additionally, the width of the near-shore opening at the existing breakwater would be reduced to 30 feet by a combination of extending the existing breakwater 40 feet shoreward and by extending the existing stub breakwater 75 feet seaward. The existing mooring basin would remain unchanged. The existing floating breakwater would remain in place. The basin would provide protected moorage for a total of 124 commercial and subsistence vessels ranging in length from 22 to 55 feet. The existing basin depths range from -14 feet MLLW near the entrance channel to -8 feet MLLW at the near-shore extent of the basin. Because the authorized project would not have any significant adverse effects, no mitigation measures (beyond management practices and avoidance) or compensation measures are foreseen at this time. The applicable North American Industry Classification System (NAICS) code is 237990, Heavy and Other Civil Construction, and the related small business size standard is $37.5 Million. The estimated dollar magnitude of this project is anticipated to be $5 - $10 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than December 15, 2015, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-SP (Tripp), PO Box 6898, JBER, AK 99506-0898 or via email to Kimberly.Tripp@usace.army.mil Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and business size under NAICS 237990 (2) If small business, identify small business type (HUBZone, SDVOSB, 8(a), etc) (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past ten years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed (5) Provide firm's single project bonding limit and information on the organizational and financial resources available to perform the required work. (6) Do you intend to submit a proposal as a Prime Contractor? Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered as part of the market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-16-R-0007-SS/listing.html)
 
Place of Performance
Address: Port Lions, Alaska, United States
 
Record
SN03942564-W 20151112/151110234310-12f2104b805e09c3de48963f5b9aaf3f (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.