Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2021 SAM #7071
SOURCES SOUGHT

99 -- Sources Sought - Kaunakakai Harbor Maintenance Dredging, Molokai, Hawaii and Kahului Harbor Maintenance Dredging, Maui, Hawaii

Notice Date
4/9/2021 5:22:49 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Honolulu Fort Shafter HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-21-Z-0011
 
Response Due
4/26/2021 1:00:00 PM
 
Archive Date
05/15/2021
 
Point of Contact
Dayna N. Matsumura, Phone: 8088354379, Fax: 8088354396, Colin Waki, Phone: 8088354393, Fax: 8088354396
 
E-Mail Address
Dayna.N.Matsumura@usace.army.mil, colin.k.waki@usace.army.mil
(Dayna.N.Matsumura@usace.army.mil, colin.k.waki@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. 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 solicitation for the Kaunakakai Harbor Maintenance Dredging, Molokai, Hawaii and Kahului Harbor Maintenance Dredging, Maui, Hawaii. �NO SOLICITATION IS CURRENTLY AVAILABLE.��� Project Description: Kaunakakai Harbor Maintenance Dredging, Molokai, Hawaii: Project Scope:� The purpose of the Kaunakakai Harbor Maintenance Dredging project is to conduct maintenance dredging by mechanical clamshell dredge to remove shoaled material within the harbor Federal limits that has accumulated over time.� The maintenance dredging project is needed to restore Kaunakakai Harbor to its authorized depths [-23 ft Mean Lower Low Water (MLLW)] and ensure continued safe vessel navigation. 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 35,000 cubic yards (CY); transportation and disposal of material to the Kahului Offshore Dredged Material Disposal Site; and demobilization, which includes the restoration of the temporary construction staging area to its original condition.� Dredging layer thickness varies, up to 13 feet.� Project Description:� Kahului Harbor Maintenance Dredging, Maui, Hawaii: Project Scope:� The purpose of the Kahului Harbor Maintenance Dredging project is to conduct maintenance dredging by mechanical clamshell dredge to remove shoaled material within the harbor Federal limits that has accumulated over time.� The maintenance dredging project is needed to restore Kahului Harbor to its authorized depths (-35 ft MLLW) and ensure continued safe vessel navigation. 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 158,000 CY; transportation and disposal of material to the Kahului Offshore Dredged Material Disposal Site; and demobilization, which includes the restoration of the temporary construction staging area to its original condition.� Dredging layer thickness varies, up to 25 feet.� The estimated period of performance is 18 calendar months for both projects combined. This project is anticipated to have options; therefore, the total dredged amount may be less than 193,000 CY. The Government anticipates the acquisition will be lowest priced technically acceptable based on the following criteria:� 1) experience; 2) past performance; and 3) technical approach. Estimated cost of construction is $5M to $10M. Interested Prime Contractors should submit the following: 1.� Contractor has successfully completed at least one (1) dredging contract (mechanical clamshell dredge) in open water of the Pacific Ocean within the last 5 years, and was responsible for the dredging and bottom dumping offshore placement of at least 193,000 cubic yards of material; 2. � Provide a listing of equipment capable of avoiding the return of water from the dredging operation to waters within and adjacent to the project area. For example, clamshells, scows, and barges must be watertight and able to ensure minimal return water from the construction activities; 3. � Familiarity of dredging in wave exposed locations with often windy conditions, similar to the projects at Kahului and Kaunakakai; 4. � Bonding capability for a single contract action of at least $5M and an aggregate of at least $10M by the interested prime contractor. 5. � Small Business contractors must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging company.� 6. � DUNS/CAGE CODE, Expiration date in SAM.GOV. 7. � Indicate whether your firm is a large business or small business and indicate applicable socio-economic category of FAR Part 19. Interested Small Business Subcontractors should submit the following: Identify interested types of work and provide a narrative demonstrating the experience that is 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 DUNS/CAGE CODE, Expiration date in SAM.GOV. Narratives shall be no longer than two (2) pages. Email responses are required.� Responses are to be sent via email to dayna.n.matsumura@usace.army.mil, and colin.k.waki@usace.army.mil no later than April 26, 2021, 10:00 a.m. Hawaii Standard Time. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE.� It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov/portal/public/SAM/ for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/973e27b21e4c469099ddc94d9e1cbd90/view)
 
Place of Performance
Address: HI, USA
Country: USA
 
Record
SN05968043-F 20210411/210409230117 (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 |
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.