SOURCES SOUGHT
Z -- Maintenance Dredging for Thomas Basin, Alaska
- Notice Date
- 2/14/2017
- 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-R-0051SS
- Point of Contact
- Au Nguyen, Phone: (907) 753-5754, Christine A. Dale, Phone: 907 753-5618
- E-Mail Address
-
au.m.nguyen@usace.army.mil, christine.a.dale@usace.army.mil
(au.m.nguyen@usace.army.mil, christine.a.dale@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Maintenance Dredging for Thomas Basin, Alaska Solicitation #: W911KB-17-R-0051SS THIS IS A SOURCES SOUGHT NOTICE ONLY FOR MAINTENANCE DREDGING KETCHIKAN, ALASKA. The US 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. Description of Work: The Contractor is to furnish all labor, equipment, supplies, materials, supervision, and other items/services necessary to accomplish the following: Perform pre-dredge and post-dredge surveys, maintenance dredging, and disposal of an estimated 5,100 cubic yards of contaminated dredged material at Thomas Basin in Ketchikan, Alaska. The small boat harbor consists of a basin approximately 1,100 feet long and 650 feet wide with a project depth of -10 feet mean lower low water (MLLW). The shoaled material consists of silty sand with gravel, high organic content, and contamination consisting of Resource Conservation and Recovery Act (RCRA) metals, pesticides, dioxins, diesel range organics (DRO), and semi-volatile organic compounds (SVOCs). The contamination levels are not enough to be considered hazardous waste. The work period for in-water maintenance dredging is 1 November 2017 through 28 February 2018. Dredging shall be accomplished in a manner that keeps the harbor accessible for traffic. No Contractor staging area shall be provided; the Contractor shall make arrangements with local interests for staging area if deemed necessary to support performance. Transportation and disposal of the contaminated dredged material at a suitable upland site shall be the responsibility of the Contractor. The Contractor shall comply with commercial and industry standards as well as all applicable Federal, State, and local laws, regulations, and procedures This is not a solicitation. This sources sought does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or Invitation for Bid (IFB). Submission of any information in response to this sources sought is purely voluntary; the Government does not assume financial responsibility for any costs incurred. All submissions will be considered and treated as public information. The Government will assess any responses in addition to associated market research to ascertain potential market capacity; no decision has been made regarding potential FAR Part 19 set-asides at this time. No feedback or evaluation will be provided to interested parties regarding their response, though the Government reserves the right to contact respondents on a case-by-case basis regarding their submission. USACE is issuing this sources sought as a means of conducting market research to identify parties having an interest in the subject project. A Firm Fixed Price (FFP), Single Award Contract is anticipated. This sources sought is for qualified prime contractors only. The estimated contract award date is 8 August 2017. This procurement is subject to the availability of funds. The estimated magnitude of construction is between $1,000,000 and $5,000,000. The Davis Bacon Act shall apply. The primary North American Industry Classification Systems (NAICS) code that is anticipated to be used for this requirement is 237990 (Other Heavy and Civil Engineering Construction). The size standard for this NAICS code is $27.5M. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than March 14, 2017, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-SP (Nguyen), PO Box 6898, JBER, AK 99506-0898 or via email to Au.M.Nguyen@usace.army.mil Interested firms are required to submit the following information: 1. Company name, address, DUNS Number, and point of contact (including phone and e-mail). 2. Small Business status (if applicable). If Small Business, can a minimum of 40% of the volume dredged be accomplished with your firm's equipment and/or the equipment owned by another Small Business dredging firm? 3. Evidence of bonding capability. 4. The firm's intent to propose on this project as a prime contractor. Describe components of the work which may require sub-contracting, joint ventures, etc. 5. Relevant work experience with dredging and upland disposal, especially of contaminated material. Describe projects completed in the last 6 years including quantity of material dredged and type of equipment. 6. Listing of equipment, age, and size that may be used to dredge and transport the material for this project. 7. Does your firm have the equipment and personnel documentation to meet the latest Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1) covered by Section 15 Rigging, Section 16 Load Handling Equipment, and Section 19 Floating Plant and Marine Activities?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-0051SS/listing.html)
- Place of Performance
- Address: Thomas Basin, Ketchikan, Alaska, 99901, United States
- Zip Code: 99901
- Zip Code: 99901
- Record
- SN04401467-W 20170216/170214234211-e06ab271f18f0f18b17677c6e7c19798 (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 |