SOURCES SOUGHT
Z -- Haleiwa Small Boat Harbor Maintenance Dredging and Revetted Mole Repair, Oahu, Hawaii
- Notice Date
- 12/16/2025 10:19:13 AM
- 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-0004
- Response Due
- 12/24/2025 4:00:00 PM
- Archive Date
- 01/08/2026
- Point of Contact
- Jenna Lum, Phone: 8088354378, Jennifer Ko, Phone: 8088354381
- E-Mail Address
-
jenna.k.lum@usace.army.mil, Jennifer.I.Ko@usace.army.mil
(jenna.k.lum@usace.army.mil, Jennifer.I.Ko@usace.army.mil)
- Description
- This SOURCES SOUGHT NOTICE is for informational purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. THIS IS NOT A REQUEST FOR PROPOSAL/QUOTATION OR INVITATION FOR BID. 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 Project for the Haleiwa Small Boat Harbor Maintenance Dredging and Revetted Mole Repair, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Conduct maintenance dredging by mechanical clamshell dredge to remove shoaled material within the harbor Federal limits that has accumulated over time. Maintenance dredging is needed to restore Haleiwa Harbor to its authorized depths [-12 ft Mean Lower Low Water (MLLW)] and ensure continued safe vessel navigation. The project also includes repairs to selected areas of the revetted mole structure, including small vegetation removal, removal of two large trees, filling voids in armor stone layer, and resetting an approximately 130-foot section of the revetted mole armor layer. The major elements of this project include: pre-mobilization activities; compliance with all applicable environmental requirements; mobilization, which includes preparation of temporary construction staging; mechanical clamshell dredging of accumulated sediments estimated at 4,500 cubic yards (CY); transportation and disposal of material to the South Oahu Offshore Dredged Material Disposal Site; revetted mole repair and vegetation/tree removal; and demobilization, which includes the restoration of the temporary construction staging area to its original condition. Dredging layer thickness varies, up to 7 feet. The estimated price range is between $2,000,000 and $5,000,000. Interested PRIME CONTRACTORS should submit the following: Narrative demonstrating experience in completing mechanical in-water dredging at a remote location. If the construction experience was not in a remote location, provide construction experience working at a location comparable in setting to Haleiwa Harbor, Oahu, Hawaii. Narrative demonstrating capability of deep water ocean disposal of dredged material. 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 the capability of having access to large tree removal equipment that is readily available on island for projects of similar size and scope. Bonding capability for a single contract action of at least $5M and aggregate of at least $10M by the interested prime contractor. Unique Entity Identifier (UEI), CAGE Code, and 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 Unique Entity Identifier (UEI), CAGE Code, and 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 achievable. If they are not, please specify any factors that may prevent achievement of 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. Please email responses to jenna.k.lum@usace.army.mil and jennifer.i.ko @usace.army.mil no later than 2:00 p.m. Hawaii Standard Time on December 24, 2025. This sources sought notice is a market research tool to determine the availability of qualified and capable Contractors that can perform the requirements of a potential contract. Responses will be utilized by the Government to develop and determine the appropriate acquisition strategy. NO SOLICITATION IS CURRENTLY AVAILABLE. Please be aware that your company must be registered in the System for Award Management (SAM); see https://www.sam.gov for more information. In addition, this sources sought notice does not create a commitment for the Government to award a contract; the Government will not pay for any information requested or received.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5bcee1f5056344f79eea2d38377f04be/view)
- Place of Performance
- Address: Haleiwa, HI, USA
- Country: USA
- Country: USA
- Record
- SN07668129-F 20251218/251216230041 (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 |