Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOURCES SOUGHT

Y -- McGlinn Island Jetty Repair

Notice Date
7/1/2024 3:15:26 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25B0002
 
Response Due
7/22/2024 10:00:00 AM
 
Archive Date
08/06/2024
 
Point of Contact
McKenna Rain
 
E-Mail Address
mckenna.t.rain@usace.army.mil
(mckenna.t.rain@usace.army.mil)
 
Description
This SOURCES SOUGHT ANNOUNCEMENT for IFB W912DW25B0002 is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed action will be a construction project with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information.� We anticipate this to be evaluated as Low Price, Technically Acceptable (LPTA). Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned�Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 237990 � Other Heavy and Civil Engineering Construction, PSC code Y1PZ-Construction of Other Non-Building Facilities, and Small Business Size Standard $45 Million. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on SAM.gov (www.SAM.gov). Responses to this announcement are not an adequate response to any future solicitation announcement. BACKGROUND: In 2023, USACE Seattle District performed repairs to the east McGlinn Island Jetty in La Conner, WA. Approximately 1200 tons of cobble, quarry spalls, and crushed rock was placed on the Skagit River side of the east McGlinn Island Jetty to reduce the porosity of the structure. CONSTRUCTION REQUIRED: USACE Seattle District requires placement of up to 3,000 tons of fill material on the Skagit River side of the east McGlinn Island Jetty near McGlinn Island in La Conner, WA to reinforce and extend the 2023 jetty repair action. Fill material would consist of 12� minus rounded cobbles. Smaller quantities of 4�-8� quarry spalls and 2� minus crushed rock may be used to build a work pad atop the jetty. Material placement would occur within the in-water construction work window of 16 Jul 2025 through 15 Feb 2026. The construction will be accomplished using a marine vessel(s) and equipment designed to minimize the potential for impacts to the surrounding environment. A material staging area with road access will be provided just south of La Conner along the eastern shore of the Swinomish channel.� Access to the jetty is via an approximately 800 ft long shallow and unmaintained natural waterway that connects the Swinomish federal channel to the east McGlinn Island Jetty.� At low tide, a natural channel bisects the exposed tideflats to a width of 50 ft or less and water depths are a few feet at most. Due to tidal variations, the jetty is only accessible by marine vessel(s) from the Swinomish channel side during high tide due to risk of grounding. Shoals and submerged obstacles (root wads) are present and shift depending on environmental conditions including tides and storms. MAGNITUDE OF CONSTRUCATION: In accordance with DFARS 236.204(ii) �Disclosure of the Magnitude of Construction Projects,� Magnitude of Construction is estimated to be between $250,000 and $500,000. REQUIREMENTS: Interested firms should submit a capabilities statement, including the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and Unique Entity ID (UEI) number. 3. Firm's interest in bidding on the solicitation if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other Than Small Business (Large Business). 5. Firm's joint venture information (if applicable). All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement. Submit responses to the following: McKenna T. Rain, Contract Specialist: mckenna.t.rain@usace.army.mil.� Responses should be sent as soon as possible, but no later than 10:00 AM PST, 22 JULY 2024.� Subject Line:� McGlinn Island Jetty Interim Repair: Vendor Source All interested firms must be registered in the System for Award Management (www.SAM.gov) by time of award and remain active for the duration of the contract to be eligible for Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9a3a0794bbed4bfebdd81a828532d6b8/view)
 
Place of Performance
Address: La Conner, WA 98257, USA
Zip Code: 98257
Country: USA
 
Record
SN07114340-F 20240703/240701230113 (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.