SOURCES SOUGHT
Z -- Nome Harbor Breach Bridge Repairs
- Notice Date
- 12/20/2022 3:33:45 PM
- Notice Type
- Sources Sought
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
- ZIP Code
- 99506-0898
- Solicitation Number
- W911KB23R0025
- Response Due
- 1/24/2023 3:00:00 PM
- Archive Date
- 01/25/2023
- Point of Contact
- Scott Lathrop, Phone: 9077532593, Christine A. Dale, Phone: 9077535618
- E-Mail Address
-
scott.lathrop@usace.army.mil, christine.a.dale@usace.army.mil
(scott.lathrop@usace.army.mil, christine.a.dale@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY FOR NOME HARBOR BRIDGE REPAIR, NOME, ALASKA. PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE-SOLICITATION.� THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. 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: The project purpose is to address damages from a historic storm (Typhoon Merbok) that swept through Nome, Alaska during 16-18 September 2022. The structure to be repaired is the breach bridge located at the northern terminus of the Nome Harbor causeway. Work is anticipated to include spot repairs of the bridge girder galvanization coating, earthwork necessary to reuse and/or replace the rip rap erosion protection to the appropriate grades at the four corners of the bridge abutment cells, realignment of the existing jersey barriers at both ends and sides of the bridge approach, repair of the grout pad under the steel cap beam at the northern corners of the bridge abutment, as well as sealing gaps between the sheet pile abutment where they meet the bridge girders, deck, and end wall. There is no government furnished staging area or designated borrow source for this project. Contractors may not have unrestricted access to the site and shall be responsible for any necessary real estate approvals in support of their means and methods to conduct the anticipated repairs. Further, all work shall be accomplished in a manner that minimizes disruption to boat and vehicular traffic through close coordination with the Nome Harbormaster. The Contractor is to furnish all labor, equipment, supplies, materials, supervision, and other items and services necessary to accomplish the work. The Contractor shall comply with commercial and industry standards as well as all applicable Federal, State, and local laws, regulations, and procedures. The total estimated magnitude of construction for base and option items is between $1,000,000 and $5,000,000. The type of contract shall be firm-fixed price. Construction wage rates (formerly Davis Bacon Act wage rates) shall apply. The estimated award date of this contract is August 2023 with construction anticipated to be completed during the ice-free season in the summer of 2024. This procurement is subject to the availability of funds. 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 238320, PAINTING AND WALL COVERING CONTRACTORS, which has a size standard of $19 million for a potential acquisition. 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 Subpart 19.8), HUBZone (see Subpart 19.13), service-disabled veteran-owned programs (see 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.� 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. Interested prime contractor firms are encouraged to submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform the work listed above. Packages should include the following information regarding their company: 1. Company Name, Address, DUNS 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, Woman-Owned, etc.) 3. Firm�s single project bonding capability/limit. 4. 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 including dollar amount, type of equipment used, and work that was self-performed. 5. Your company�s intent to propose on this project as a prime contractor. Describe components of the work which may require subcontracting, joint ventures, etc. Interested parties are invited to submit a response to this source 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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/85a464802d9e4d15bb45e9c3bd93f32d/view)
- Place of Performance
- Address: Nome, AK 99762, USA
- Zip Code: 99762
- Country: USA
- Zip Code: 99762
- Record
- SN06548820-F 20221222/221220230121 (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 |