Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2021 SAM #7250
SOURCES SOUGHT

F -- Coastal Erosion Protection at Utqiagvik, Alaska

Notice Date
10/5/2021 3:15:25 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB22R0015
 
Response Due
11/5/2021 3:00:00 PM
 
Archive Date
11/20/2021
 
Point of Contact
Michelle Shoshone, Phone: 9077532825, Fax: 9077532544
 
E-Mail Address
michelle.shoshone@usace.army.mil
(michelle.shoshone@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT 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 acquisition lies solely with the government and will be based on this market research and information available to the government from other sources.� The US Army Corps of Engineers, Alaska District, is conducting this market research to identify firms which have the capability to perform the following work: Project Information: The general objectives of this Performance Work Statement (PWS) are to: Construct approximately 5 miles of coastal erosion protection comprised of a revetment, armored berm, and raised armored road along the coast of Utqiagvik (Barrow) Alaska. The revetment section (approximately 0.75 miles) would be supported by a coastal bluff and comprised of a layered system of; filter fabric, gravel, core rock, B rock, and 2.7-ton armor stone. This section would generally be constructed to a height of 20ft to 18ft above MLLW and require approximately 55,000 cy of armor stone along with approximately 60,000 cy of gravel, core, and B rock. The armored berm section (approximately 0.5 miles) would be constructed with a gravel and core rock foundation, B rock berm, and seaward armor stone with a splash apron. The crest would be approximately 16 ft above MLLW and approximately 34,000 cy of 2.7-ton armor stone, 33,000 cy of B rock, and 16,000 cy of core and gravel would be required. The raised and armored road section (approximately 3.5 miles) would require raising an existing road surface to approximately 16 ft above MLLW (approximately 8 above existing grade) and armoring the seaward side. A gravel and core rock foundation with B rock and 2.7-ton armor shell would be used. This section would require approximately 100,000 cy of gravel and Core rock, 130,000 cy of B rock, and 150,000 cy of Armor stone. Intersecting streets would be modified to accommodate new height. Major tasks would include sourcing of rock material, transportation of rock material to Utqiagvik, Alaska, and placement as described. Removal of existing temporary shore protection would be required. In locations to be determined, installation of thermal-siphons may be required for stability. At least two water control structures would be constructed to prevent impounding of water landward of the shore protection. THIS IS A SOURCES SOUGHT OPEN TO ALL QUALIFIED PRIME CONTRACTOR FIRMS (Large and Small Businesses under NAICS 237990). �All interested firms are encouraged to respond to this announcement no later than 5�November�2021, by 2:00 PM Alaska Standard Time, by submitting all requested documentation listed below to:� US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Shoshone), PO Box 6898, JBER, AK 99506-0898 or via email to Michelle.Shoshone@usace.army.mil. 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)� Business name, address, point of contact including email address, and business size under NAICS 237990; (2)� Identification of business type (i.e., Large Business, Small Business, HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc.); (3)� CAGE Code; (4)� Demonstration of the firm�s experience as a prime contractor on projects of similar type and complexity within the past five (5) years.� List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project, and work that was self-performed; and (5)�Identification of where the proposed rock material will be sourced (~575,000 CY). (6) Identification of how the proposed sourced rock material will be transported to Utqiagvik, Alaska. (i.e barge or construction of an ice road.�Barge season is approximately mid-July to mid-September.) (7) Identification of how workforce will be housed during this project.�� Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered.� 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 of any potential contract.� Information on SAM registration can be obtained via the Internet at: https://www.sam.gov/SAM/pages/public/index.jsf.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/680208b5d062403ebeec2c30ee4d53bb/view)
 
Place of Performance
Address: Barrow, AK 99723, USA
Zip Code: 99723
Country: USA
 
Record
SN06151755-F 20211007/211005230108 (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.