Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
SOURCES SOUGHT

Z -- Nawiliwili Harbor Maintenance Dredging, Kauai, Hawaii

Notice Date
6/5/2018
 
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, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-18-Z-0012
 
Point of Contact
Colin Waki, Phone: 808-835-4393, Kent Tamai, Phone: 808-835-4377
 
E-Mail Address
colin.k.waki@usace.army.mil, kent.a.tamai@usace.army.mil
(colin.k.waki@usace.army.mil, kent.a.tamai@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. NOTICE: This Sources Sought Synopsis is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this Sources Sought. The Sources Sought is to determine potential sources, for information, and for planning purposes only. Only non-classified information shall be provided in your response. The United States Army Corps of Engineers, Honolulu District (POH) will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is (237990) Other Heavy and Civil Engineering Construction which has a corresponding Size Standard of $27.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned Small Business concerns. The Government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code. 2. Project Details The US Army Corps of Engineers, Honolulu District (USACE) through the Civil and Public Works Branch under the Operations and Maintenance (O&M) program proposes to conduct maintenance dredging of the entrance channel and turning basin at Nawiliwili Deep Draft Harbor (DDH) located along the southeast coast of the island of Kauai, state of Hawaii. Nawiliwili DDH is the island's principal commercial harbor and consists of a breakwater, 40-foot deep entrance channel and 35-foot deep turning basin. Project Scope: The overall purpose of the project is to maintain safe navigation at Nawiliwili DDH. Accumulation of sediments within Nawiliwili DDH has resulted in shoaling within the harbor's entrance channel and turning basin. Partial dredging, completed by the Corps' Essayons hopper dredge vessel in 2016, removed an estimated 64K cubic yards of sediment. Additional dredging is needed to remove an estimated 100K-125K cubic yards of sediment by clam shell dredge, in order to achieve authorized depths within the federal limits and to ensure continued safe vessel navigation and to dispose material at the Nawiliwili EPA Ocean Dredged Material Disposal Site (ODMDS) located approximately 4 nautical miles off the southeast shore of Nawiliwili Harbor, Kauai. The major elements of the scope of work include: pre-mobilization activities; compliance with applicable environmental requirements; mobilization which includes preparation of temporary construction staging; dredging of accumulated sediments; transportation and bottom dumping of sediment off shore to the Nawiliwili EPA ODMDS ; and, demobilization which includes the restoration of the temporary construction staging areas to its original condition. 3. Capability Statements: Only interested PRIME CONTRACTORS should submit a narrative demonstrating: (a) Company's Information [point of contact, name, address, phone number, email, and Commercial and Government Entity (CAGE) Code]; (b) Type of business, status, and size [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, Woman Owned Small Business concern, small business, large business, based on NAICS code 237990]; (c) Contractor has successfully completed at least one (1) dredging contract (suction or mechanical) in open water of the Pacific Ocean within the last 3 years, and was responsible for the dredging and bottom dumping placement of at least 10,000 cubic yards of material; (d) Contractor has successfully completed at least one (1) contract that required the contractor to maintain a production rate of at least 100 cubic yards of dredged material per day. Production is defined as completing the cycle of excavation and placement within the material's ultimate placement area; (e) Provide a listing of equipment capable of avoiding the return of water from the dredging operation to waters within and adjacent to the project area. For example, clamshells, scows, barges, and pipelines must be watertight and able to ensure no return water from the construction activities; (f) Familiarity of construction climate for projects at Kauai island; (g) Ability to obtain bonding for this project; (h) Being able to perform 25% of the work with its own workforce; and 4. RESPONSE INFORMATION: Interested and qualified sources are highly encouraged to provide all information requested above. Responses shall be submitted electronically in PDF or Microsoft Word Format. In order to be considered in this market survey, please submit your response to Colin Waki at colin.k.waki@usace.army.mil AND Kent Tamai at kent.a.tamai@usace.army.mil by June 15, 2018, 2:00 PM Hawaii Standard Time. Information is limited to 5 single sided pages. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note it is required that interested contractors be registered in System for Award Management (SAM) to be eligible for award. Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will he government pay for any information solicited or delivered. PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-18-Z-0012/listing.html)
 
Place of Performance
Address: Nawiliwili Harbor, Lihue, Hawaii, 96766, United States
Zip Code: 96766
 
Record
SN04943542-W 20180607/180605230911-63e68c24a15c9932903ddefc503c80b5 (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.