Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 02, 2025 SAM #8437
SOURCES SOUGHT

Y -- GRAYS HARBOR NORTH JETTY REPAIR

Notice Date
12/31/2024 10:12:08 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25Z13ES
 
Response Due
1/23/2025 3:00:00 PM
 
Archive Date
02/07/2025
 
Point of Contact
Hien Ho, Alex Marcinkiewicz
 
E-Mail Address
hien.ho@usace.army.mil, alex.r.marcinkiewicz@usace.army.mil
(hien.ho@usace.army.mil, alex.r.marcinkiewicz@usace.army.mil)
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT and is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed action will be a construction project with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow-up information. Responses to this Sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 237990, FSC code Y1PZ. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on www.sam.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. PROJECT DETAILS: The work is located on the Grays Harbor North Jetty, Washington. This major maintenance action seeks to repair sections of the north jetty which have sustained the most damage including areas where wave overtopping has reduced the crest width and crest height of the jetty. All work (transport and placement) must be performed using land-based equipment. New armor stone will require a minimum density of 167 pounds per cubic foot. Two classes of armor stone will be required for the outer and inner reaches of jetty; armor stones are anticipated to range between 10-35 tons. Procurement and staging of jetty armor stone will begin prior to jetty repair activities. Work is anticipated to begin in late 2025. - Project Restrictions: In-water work window will be 16 July through 14 February in any given year. Per FAR 36.204 (h) the magnitude of construction is expected to be above $10,000,000.00 REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: Firm's name, address, point of contact, phone number, and email address. CAGE code. Firm's interest in bidding on the solicitation if issued. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other Than Small Business (Large Business). Firm's joint venture information (if applicable). Bonding information: Single bond Aggregate Point of contact for the bonding company All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement. Submit responses to: Hien Ho, Contract Specialist, via email at hien.ho@usace.army.mil. Responses should be sent as soon as possible, but no later than 3:00 PM PT, 23 January 2025. SBA Representative: Name: Enshane Hill-Nomoto Email Address: enshane.nomoto@usace.army.mil All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c971c7d8851422b8b33cf7bdc4ac803/view)
 
Place of Performance
Address: Aberdeen, WA 98520, USA
Zip Code: 98520
Country: USA
 
Record
SN07303578-F 20250102/241231230107 (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.