Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2025 SAM #8782
SOURCES SOUGHT

Z -- Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii

Notice Date
12/10/2025 3:51:06 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SN ENDIST HONOLULU FORT SHAFTER HI 96858-5440 USA
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-26-Z-0005
 
Response Due
12/24/2025 4:00:00 PM
 
Archive Date
01/08/2026
 
Point of Contact
Christie Lee, JENNIFER KO, Phone: 8088354381
 
E-Mail Address
christie.s.lee@usace.army.mil, jennifer.i.ko@usace.army.mil
(christie.s.lee@usace.army.mil, jennifer.i.ko@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii: Project Scope: The purpose of the Manele Small Boat Harbor Breakwater Repair project is to conduct maintenance repairs of the rubble mound breakwater by resetting existing stone in damaged areas from the root to the head of the structure, and to provide new stones as needed in some locations. The work will be completed using land-based equipment. The major elements of this project include: pre-mobilization activities; compliance with all applicable environmental requirements; mobilization, which includes preparation of temporary construction staging; acquiring and delivering needed stone to the site; repair of the damaged areas; replacement of a concrete slab pedestal for the aid to navigation; and demobilization, which includes the restoration of the temporary construction staging area to its original condition. Estimated cost of construction is $5M to $10M. Interested PRIME CONTRACTORS should submit the following: Narrative demonstrating experience with rubble mound coastal structure (i.e. � breakwaters, jetties, revetments) construction and/or repair. Riprap placement along inland waterways or drainage features does not apply. Narrative demonstrating capability of constructing at a remote location and along an area subject to periodic wave action and tides. If the construction experience was not in a remote location, provide construction experience working at a location comparable in setting to Lanai, Hawaii. Multiple projects may be used to demonstrate either/both remote location or an area subject to periodic wave action and tides. Narrative demonstrating acquiring and transporting large armor stone from a stone source to project site. Bonding capability for a single contract action of at least $10M and aggregate of at least $50M by the interested prime contractor. UEI and CAGE CODE, Expiration date in SAM.GOV. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19. Interested Small Business Subcontractors should submit the following: Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed. The size of the crew(s) available to perform work. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business UEI and CAGE CODE, Expiration date in SAM.GOV. Narratives shall be no longer than two (2) pages. The following anticipated small business subcontracting goals have been established and are considered reasonable and achievable for the performance of this requirement. Please advise whether these goals are not achievable. If so, please specify any factors that may prevent from achieving these goals. 20% of the subcontracted amount with small businesses; 5% with small disadvantaged businesses; 2% with woman-owned small businesses; 3% with HUBZone small businesses; 2% with veteran-owned small businesses; 2% with service-disabled veteran-owned small businesses; Email responses are required. Responses are to be sent via email to christie.s.lee@usace.army.mil and jennifer.i.ko@usace.army.mil no later than December 24, 2025, 2:00 p.m. Hawaii Standard Time. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c5659ab1a3bb49058d9fd05262c70126/view)
 
Place of Performance
Address: Lanai City, HI, USA
Country: USA
 
Record
SN07662535-F 20251212/251210230041 (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.