Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2017 FBO #5651
MODIFICATION

Z -- Chignik Harbor Breakwater Repairs , Chignik, Alaska

Notice Date
5/12/2017
 
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-17-R-0022-SS
 
Point of Contact
Christopher E. Taylor, Phone: 9077532703, Christine A. Dale, Phone: 907 753-5618
 
E-Mail Address
christopher.taylor@usace.army.mil, christine.a.dale@usace.army.mil
(christopher.taylor@usace.army.mil, christine.a.dale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this project lies solely with the government and will be based on this market research and information available to the government from other sources. This notice is an update of notice W911KB-17-R-0022-SS posted on October 27, 2016. DESCRIPTION OF WORK: The project is to perform repairs on the existing north and south breakwaters at Chignik Harbor which are 304 feet and 1,279 feet in length, respectively. Repairs will be made by placing additional armor stone on the seaward side of the breakwaters. There will be no demolition or removal of existing armor stone. Approximately 40% of the existing armor stone is deteriorating and disintegrating due to poor quality of the original rock. The majority of the deterioration is on seaward side of breakwaters and the repair plan is to place new higher durability armor stone in the most damaged areas. Due to the condition of the existing armor stone, it is anticipated that equipment will not be permitted on the breakwaters and that rock placement will be from marine-based equipment. There is no government furnished or designated rock source for this project. The existing rock was produced at a local quarry however due to the poor quality of the existing rock, it is not anticipated that the local quarry, if operational, will be approved for use on this project. New armor stone will be 3,000 to 6,000 pounds per stone with an average weight anticipated to be approximately 4,500 pounds per stone. The Government anticipates awarding a contract with an initial scope requiring placement of an estimated 4,000 to 6,000 tons of armor stone with options place up to an additional 4,000 to 6,000 tons of armor stone. The Contractor shall furnish all labor, equipment, supplies, materials, supervision and other items and/or services necessary to accomplish the work. Estimated award date of the contract is August 2017 with a completion date of October 2018 for the base scope. Construction wage rates (Davis-Bacon Act) will apply. The applicable North American Industry Classification System (NAICS) code is 237990, Heavy and Other Civil Construction, and the related size standard is $36.5 Million. The estimated dollar magnitude of this project (base plus all options) is anticipated to be $10 - $25 Million. Firms that provided a capabilities package in response to the previous sources sought notice that was posted in October 2016 are requested to reaffirm their interest in the project. Other interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform the work listed above. Packages should include the following information: (1) Company name, address, DUNS number and business size under NAICS 237990. (2) If small business, identify type of small business (8(a), HUBZone, Service-Disabled Veteran-Owned, Woman Owned, etc.). (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past ten years. List actual projects completed and include project title, location and a brief description of the project including dollar amount and work that was self-performed. (4) A listing of floating plant and mechanical equipment, including age and size, that may be used on this project. (5) The firm's single project bonding limit. (6) The firm's intent to propose on this project as a prime contractor. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. The System for Award Management (SAM), as required per 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 found at www.sam.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-0022-SS/listing.html)
 
Place of Performance
Address: Chignik Harbor, Alaska, Chognik, Alaska, 99564, United States
Zip Code: 99564
 
Record
SN04506524-W 20170514/170512234611-3806d1dde6ca782057d84dc006c1385d (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.