Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2022 SAM #7629
SOURCES SOUGHT

Z -- KETCHIKAN BAR POINT HARBOR BREAKWATER REPLACEMENT AT KETCHIKAN, ALASKA

Notice Date
10/18/2022 4:24:43 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
W911KB23R0016
 
Response Due
11/9/2022 3:00:00 PM
 
Point of Contact
Jennifer Gosh, Christine Dale
 
E-Mail Address
jennifer.gosh@usace.army.mil, Christine.A.Dale@usace.army.mil
(jennifer.gosh@usace.army.mil, Christine.A.Dale@usace.army.mil)
 
Description
***THIS IS RELATED TO PREVIOUS SOURCES SOUGHT W911KB21B0005 AND W911KB22R0004*** THIS IS A SOURCES SOUGHT NOTICE ONLY FOR REPLACEMENT OF FLOATING BREAKWATER, BAR POINT HARBOR, KETCHIKAN, ALASKA. �OFFERS OR 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 offers/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: � The purpose of this project is to replace two floating breakwaters at Bar Point Harbor in Ketchikan, Alaska.� Bar Point Harbor is currently protected by floating breakwaters held in place by anchor chains and anchor blocks. A small floating breakwater protects the middle entrance channel and is approximately 120 feet long and 23 feet wide.� A larger floating breakwater protects the harbor and is 963 feet in length consisting of four concrete modules each 23 feet wide connected using post-tensioned wire cables.� Both floating breakwaters have surpassed their estimated lifespan and need to be replaced.� The project will include demolition of the existing breakwaters and replacement with new reinforced concrete float-type breakwaters. The breakwaters will be moored by chains and concrete anchor blocks. The estimated award date of this contract is March 2023. �This procurement is subject to the 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 the System for Award Management (SAM) (www.sam.gov) before submitting a proposal.� 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. �Lack of registration in the SAM database would make an offeror ineligible for award. The intent of this Sources Sought is to solicit interest from qualified firms with a primary North American Industrial Classification System (NAICS) code of 237990 � Other Heavy and Civil Engineering Construction, which has a small business size standard of $39.5 million. �In accordance with FAR 19.501 paragraph (c) The contracting officer shall conduct market research and review the acquisition to determine if this acquisition will be set aside for small business or considered for an award to a small business under the 8(a) Program (see FAR subpart 19.8), HUBZone (see FAR subpart 19.13), service-disabled veteran-owned (see FAR subpart 19.14), or women-owned small business program (see FAR subpart 19.15). �If the acquisition is set aside for small business based on this review, it is a unilateral set-aside by the contracting officer.� THIS IS A SOURCES SOUGHT OPEN TO ALL QUALIFIED PRIME CONTRACTOR FIRMS (Large and Small Businesses under NAICS 237990). All interested firms are encouraged to respond to this announcement no later than 9 November 2022, by 2:00 PM Alaska Standard Time, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Gosh), PO Box 6898, JBER, AK 99506-0898 or via email to Jennifer.Gosh@usace.army.mil and Christine.A.Dale@usace.army.mil. Interested prime contractor firms are encouraged to submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform the work described above. Packages should include the following information regarding their company: 1.� Company Name, Address, UEI Number, Cage Code, Business Size under the applicable NAICS above, and Point of Contact information including email and phone number. 2.� SAM status, Large or Small Business status under the applicable NAICS above, and type of small business (8a, HUBZone, Service-Disabled Veteran-Owned, Women-Owned, 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, location, and a brief description of the project. 4. �Your company�s intent to propose on the Floating Breakwater, Bar Point Harbor, Ketchikan, Alaska project as a prime contractor. Interested parties are invited to submit a response to this Sources Sought by the response time stated above. �Please submit all documentation by email in PDF format. Responses received after this time and date may not be reviewed. Update 18 Oct 22: Updated PSC.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b578ccc3f144e788cc32a8e76f10b15/view)
 
Place of Performance
Address: Ketchikan, AK 99901, USA
Zip Code: 99901
Country: USA
 
Record
SN06497168-F 20221020/221018230123 (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.