Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2021 SAM #7278
SOURCES SOUGHT

Z -- Harbor Breakwater Navigation Improvements at Craig, Alaska

Notice Date
11/2/2021 12:16:26 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB22R0002
 
Response Due
12/2/2021 3:00:00 PM
 
Archive Date
12/17/2021
 
Point of Contact
Michelle Shoshone, Phone: 9077532825, Fax: 9077532544
 
E-Mail Address
michelle.shoshone@usace.army.mil
(michelle.shoshone@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR HARBOR BREAKWATER NAVIGATION IMPROVEMENTS AT CRAIG, ALASKA. PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE- SOLICITATION. The Alaska District of the U.S. Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy prior to releasing a solicitation for this anticipated project. The determination of acquisition strategy lies solely with the government and will be based on market research and information available to the government from other sources. Please note that this Sources Sought is for information only and does not constitute a solicitation for competitive proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capability to provide the required services. DESCRIPTION OF WORK: Navigation improvements for Craig, as authorized, include construction of approximately 1,900 feet of breakwater at the Wards Cove Cannery docks in Craig, Alaska to enable protected mooring.� The breakwater is to have two sections with a 300-foot breakwater extending from the northwest tip of Craig Island and a 1,600-foot long breakwater in an �L� shape.� The breakwaters are constructed of rock fill with armor stones that average about 1 ton; side slopes of 1V on 1.5H, and a crest width of 7 feet at elevation 18 feet NAVD88 within water depths approaching as much as 40 feet.� In water construction includes estimated placement of 208,000 cubic yards of associated rock, which will require quarry activities. Estimated Award Date of the Contract is June 2022. Construction Wage Determinations (formerly Davis-Bacon) will apply. 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 more than $10 Million. This project is contingent on availability of funds. If the project is cancelled, all proposal preparation costs will be borne by the offeror. If a large business 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. All offerors are advised that they must be registered in the System for Award Management (https://.sam.gov/) in order to receive an award. Joint ventures must also be registered in SAM as a joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. The contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations and procedures. 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. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY.� All interested firms are encouraged to respond to this announcement no later than 2 December 2021, 2:00 PM AST, by submitting all requested documentation listed below to: michelle.shoshone@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) Provide CAGE code.� 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 six 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? (7)� Are you able to work with small community and provide resources in Southeast Alaska for Construction purposes? (8) Are you able to work and accomplish in-water placement of rock with specific placement parameters? (9) Are you able to procure, price, negotiate valid rock sources within the Craig, AK region?
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67b0b487be764911a842718654464029/view)
 
Place of Performance
Address: Craig, AK 99921, USA
Zip Code: 99921
Country: USA
 
Record
SN06169519-F 20211104/211102230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.