SOURCES SOUGHT
Y -- Skagway River Levee Rehabilitation of Damaged Flood Control Works, Skagway, Alaska
- Notice Date
- 2/5/2025 10:40:30 AM
- 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
- W911KB26R0002
- Response Due
- 3/11/2025 3:00:00 PM
- Archive Date
- 03/26/2025
- Point of Contact
- Jennifer Gosh, George Nasif
- E-Mail Address
-
jennifer.gosh@usace.army.mil, george.g.nasif@usace.army.mil
(jennifer.gosh@usace.army.mil, george.g.nasif@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY FOR SKAGWAY RIVER LEVEE REHABILITATION OF DAMAGED FLOOD CONTROL WORKS, SKAGWAY, 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 repair the Skagway River Levee to restore its functionality to the pre-disaster conditions it has sustained as a result of significant flooding events. The levee is located along the southeast bank of the Skagway River starting at the Klondike Highway Bridge in Skagway and was constructed between 1939-1940 with its original length being 6,700 feet. All but a roughly 1,300-foot portion of the levee was modified by DOT&PF in 2001, encapsulating the original levee and adding Class III and IV armor stone along the riverward side slopes. The levee protects public infrastructure as well as residential, commercial, and historical properties. Damage to the levee includes loss of riverward armor stone and at least 300 feet of toe width reduction or loss. The aim of this project is to rebuild the levee toe and damaged slope along the DOT&PF portion of the levee with Class IV riprap and a 1.5 horizontal (H) to 1 vertical (V) side slope. The construction length is approximately 5,000 linear feet (LF). 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 $10,000,000 and $25,000,000. 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 December 2025. This procurement is subject to the availability of funds. If the project is cancelled, all proposal/bid preparation costs will be borne by the offeror. If a large 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 (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 $45 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. 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 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 11 March 2025 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 George.G.Nasif@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. 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. 5. Your company�s intent to propose on the Skagway River Levee Rehabilitation of Damaged Flood Control Works, Skagway, 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8e18f91b368d40e183f3aadd14cf6e88/view)
- Place of Performance
- Address: Skagway, AK 99840, USA
- Zip Code: 99840
- Country: USA
- Zip Code: 99840
- Record
- SN07334151-F 20250207/250205230038 (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 |