SOURCES SOUGHT
Z -- 2017-2019 Dillingham Harbor Maintenance Dredging, Dillingham, Alaska
- Notice Date
- 4/18/2016
- Notice Type
- Sources Sought
- 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-17-B-0001-SS
- 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
- 2017-2019 Dillingham Harbor Maintenance Dredging Solicitation # W911KB-17-B-0001 THIS IS A SOURCES SOUGHT NOTICE ONLY FOR MAINTENANCE DREDGING AT DILLINGHAM HARBOR, DILLINGHAM, ALASKA. OFFER 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 research prior to releasing a solicitation for 2017-2019 Dillingham Harbor Maintenance Dredging, Dillingham, Alaska. DESCRIPTION OF WORK: Perform pre- and post-dredge surveys, annual maintenance dredging, and open-water placement of an estimated 95,000 cubic yards of dredged material for the base and each option year (if awarded) at Dillingham Harbor, Dillingham, Alaska. The harbor consists of a basin approximately 700 feet long and 390 feet wide with a project depth of +2 feet mean lower low water (MLLW) and an entrance channel approximately 250 feet long and 40 feet wide at the same project depth as the basin. The open-water placement site for dredged material is 250 feet long by 300 feet wide and located in the Nushagak River approximately 1,200 feet southeast of the harbor basin. Based on previous maintenance dredging operations, shoaled material consists primarily of silt and organic silt with some gravel in the entrance channel and along the side slopes. The Contractor is to furnish all labor, equipment, supplies, materials, supervision, and other items/services necessary to accomplish the work. The work period for the base items shall begin on or after 15 May 2017, subject to harbor "ice out" conditions, and be completed no later than 15 July 2017. Options for 2018 and 2019 will be included in this solicitation also with a work period of 15 May ("ice out") to 15 July for the respective option year. However, the preference for the completion of dredging each year is 30 June to minimize conflicts with the local commercial and subsistence fishing fleet. A fuel price adjustment provision for the dredging plant will be included. The estimated magnitude of construction is between $500,000 and $1 million. The type of contract will be firm-fixed price. The Davis Bacon Act will apply. The Contractor shall comply with commercial and industry standards as well as all applicable Federal, State, and local laws, regulations, and procedures. The intent of this Sources Sought is to research qualified firms with a primary North American Industrial Classification System (NAICS) code of 237990, which has a size standard of $36.5 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 Subpart 19.8), HUBZone (see Subpart 19.13) or service-disabled veteran-owned programs (see Subpart 19.14). If the acquisition is set aside for small business based on this review, it is a unilateral set-aside by the contracting officer. To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. Interested firms should submit to the point of contact listed below, with the following information regarding their company. 1. Company name, address, and point of contact (including phone and e-mail). 2. Small Business status and DUNS number. 3. Relevant work experience on similar projects (years and type of work). Describe experience operating a cutter-head pipeline dredge. 4. Experience with remote, Alaskan infrastructure work (years and type of work).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-B-0001-SS/listing.html)
- Place of Performance
- Address: Dillingham, Alaska, United States
- Record
- SN04087545-W 20160420/160418234730-cc03809a3ec0a03e5ade78156dd1cd0c (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 |