Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
MODIFICATION

Z -- St Paul Harbor Breakwater Repairs and Maintenance Dredging, Saint Paul Island, Alaska

Notice Date
1/27/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-15-R-0024
 
Point of Contact
Kimberly D. Tripp, Phone: 907-753-2549, Christine A. Dale, Phone: 907 753-5618
 
E-Mail Address
kimberly.tripp@usace.army.mil, christine.a.dale@usace.army.mil
(kimberly.tripp@usace.army.mil, christine.a.dale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR SAINT PAUL HARBOR BREAKWATER REPAIRS AND MAINTENANCE DREDGING, SAINT PAUL ISLAND, ALASKA. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE-SOLICITATION NOTICE. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The U.S. Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work. Any resulting contract will be firm-fixed priced construction contract. DESCRIPTION OF WORK: Repair the detached breakwater by removing about 12,000 cubic yards of armor stone, reutilize existing armor stone and add 6,000 cubic yards to the breakwater; construct scour protection blankets at three locations in the harbor utilizing 18,000 cubic yards of core rock and 22,000 cubic yards of “B” rock; and, maintenance dredging and dispose of approximately 80,000 cubic yards of sands and gravels in the Saint Paul Harbor. Dredged material shall be placed in a designated upland site on Saint Paul Island. Dredging shall be accomplished in a manner that keeps the harbor accessible for traffic. The Contractor is to furnish all labor, equipment, supplies, materials, supervision and other items and services necessary to accomplish the work. Estimated Award Date of the Contract is 1 September 2015 with a 15 October 2017 completion date. The Davis-Bacon Act will apply. This procurement is subject to the availability of funds. If the project is canceled, all proposal preparation costs shall be borne by the offeror. If a large business 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. The FY15 subcontracting goals for this contract are a minimum of 51.2% of the contractor's intended subcontract amount be placed with small businesses, 8.8% of that to small disadvantaged businesses, 7.3% to woman-owned small businesses, 3.1% to HUB zone small businesses, and 1.5% to service disabled veteran-owned small business. All offerors are advised that they must be registered in SAMS (www.sam.gov) in order to receive an award. Joint ventures must also be registered in SMAS as a joint venture. We advise offerors to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for an awarded. The Contractor shall comply with commercial and industrial standards, and all applicable federal, state, and local laws, regulations, and procedures. The Estimated Magnitude of Construction is between $5,000,000 and $10,000,000. The intent of this sources sought notice is to research qualified firms with a primary North American Industrial Classification System code is 237990, which has a size standard of $25.5 million for a potential acquisition. Note: To be considered small for purposes of Government procurement, a firm must perform at least 40% of the volume dredged and cap placed with its own equipment or equipment owned by another small dredging concern. 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 firms should submit the following information regarding their company: 1. Company Name, Address, and Point of Contact including email address. 2. Small Business status (if applicable). 3. Evidence of bonding capability. 4. Relevant work experience with breakwater repairs and dredging. 5. Relevant hydrographic surveying experience. 6. Listing of mechanical equipment, age, and size that may be used. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. If the project is cancelled, all proposal preparation costs shall be borne by the offeror. Reminder: System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/ Please submit all information via email www.fbo.gov. Information must be submitted to later than 1400, Alaska time, February 17, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-15-R-0024/listing.html)
 
Place of Performance
Address: St Paul, Alaska, United States
 
Record
SN03625283-W 20150129/150127234100-757c00940d41a8d9b8807e2ce27db768 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.