SOURCES SOUGHT
Z -- Nome Harbor Maintenance Dredging
- Notice Date
- 1/29/2026 1:09:37 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
- W911KB27RATBD
- Response Due
- 2/28/2026 3:00:00 PM
- Archive Date
- 03/15/2026
- Point of Contact
- Jeremy Scott, Phone: 907-753-2836, George Nasif, Phone: 907-753-2838
- E-Mail Address
-
jeremy.d.scott@usace.army.mil, george.g.nasif@usace.army.mil
(jeremy.d.scott@usace.army.mil, george.g.nasif@usace.army.mil)
- Description
- Project Name: 2027-2029 Nome Harbor Maintenance Dredging Location: Nome, Alaska DESCRIPTION OF WORK: The project is to perform pre- and post-dredge surveys, annual maintenance dredging, and placement of dredged material in the designated intertidal area for the base and each option (if awarded) at Nome Harbor in Nome, Alaska. Material consists of recently shoaled silts, sands, and gravels with some cobbles, boulders, and vegetative debris based on previous maintenance dredging operations. Dredging in the upcoming solicitation is anticipated to include: An estimated 24,000 cubic yards (CY) per year from the inner channel through the harbor basin where required depths vary from -22 feet mean lower low water (MLLW) to -10 feet MLLW. This work is likely to comprise the base items in 2027 with options for 2028 and 2029. Further, a portion of the channel in this area may be deepened to a required depth of -28 feet MLLW under separate contract for port expansion. The maintenance dredging of this deepened channel may be required once constructed. Options in all three years for an estimated 20,000 CY per year from the outer entrance channel where required depth is -22 feet MLLW. Likewise, this area of the channel may be deepened to a required depth of -28 feet MLLW under separate contract for port expansion. The maintenance dredging of this deepened channel may be required once constructed. Options in all three years for an estimated 25,000 CY per year from the east sediment trap where required depth is -22 feet MLLW. Options in all three years for an estimated 20,000 CY per year from the new deep-water basin where required depth is -40 feet MLLW. This area of the project would be constructed under separate contract for port expansion. The maintenance dredging of this new feature may be required once constructed. The placement site for dredged material would be along the beach approximately 1,150 feet southeast of the harbor basin. The dimensions of this placement site are approximately 575 feet long by 305 feet wide. The work period for base items in calendar year 2027 is anticipated to begin 1 May, subject to harbor �ice out� conditions, and be completed no later than 31 July. The work period may be extended to 31 August if optional maintenance dredging items in the outer entrance channel, east sediment trap, and/or deep-water basin are exercised. Options for maintenance dredging in 2028 and 2029 will be included in the solicitation with similar work periods as previously described. All work shall be accomplished in a manner that keeps the harbor accessible to boat and vehicular traffic. The Contractor is to furnish all labor, equipment, supplies, materials, supervision, and other items and services necessary to accomplish the work. The Contractor shall comply with commercial and industry standards as well as all applicable Federal, State, and local laws, regulations, and procedures. The total estimated magnitude of construction for base and option items is between $5,000,000 and $10,000,000. The type of contract shall be firm-fixed price. A fuel price adjustment provision for the dredging plant shall be included. Construction wage rates (formerly Davis Bacon Act wage rates) shall apply. The estimated award date of this contract is December 2026. This procurement is subject to the availability of funds. If the project is cancelled, all proposal/bid preparation costs will be borne by theofferor. If a large firm is selected for this contract, the firm must comply with FAR52.219-9 regarding the requirements for a subcontracting plan for that part ofthe work it intends to subcontract. All offerors are advised that they must be registered in the System for AwardManagement (SAM) (www.sam.gov) before submitting a proposal. Jointventures must also be registered in SAM as a joint venture. Offerors are advisedto begin this process when they prepare their proposal in order to ensureregistration is in place should they be selected for award. Lack of registration inthe SAM database would make an offeror ineligible for award. The intent of this Sources Sought is to solicit interest from qualified firms with aprimary North American Industrial Classification System (NAICS) code of 237990� Other Heavy and Civil Engineering Construction, which has a small businesssize standard of $37 million. In accordance with FAR 19.501 paragraph (c) Thecontracting officer shall conduct market research and review the acquisition todetermine if this acquisition will be set aside for small business or considered foran award to a small business under the 8(a) Program (see FAR subpart 19.8), HUBZone (see FAR subpart 19.13), service-disabled veteran-owned (see FAR subpart 19.14), or women-owned small business program (see FAR subpart19.15). If the acquisition is set aside for small business based on this review, it is a unilateral set-aside by the contracting officer. The requirement for the submission of both performance and payment bonds inan amount equivalent to 100% of the award price shall be applicable. Therefore,the successful firm shall have the capability to acquire such bonding. THIS IS A SOURCES SOUGHT OPEN TO ALL QUALIFIED PRIME CONTRACTORFIRMS (Large and Small Businesses under NAICS 237990). All interested firms areencouraged to respond to this announcement no later than 6 March 2025, by2:00 PM Alaska Standard Time, by submitting all requested documentation listedbelow to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Scott), PO Box 6898, JBER, AK 99506-0898 or via email to jeremy.d.scott@usace.army.mil and George.G.Nasif@usace.army.mil. Interested prime contractor firms are encouraged to submit a capabilitiespackage (not exceeding 5 pages) demonstrating the ability to perform the workdescribed above. Packages should include the following information regardingtheir company: 1. Company Name, Address, UEI Number, Cage Code, Business Size under theapplicable NAICS above, and Point of Contact information including email andphone number. 2. SAM status, Large or Small Business status under the applicable NAICS above,and type of small business (8a, HUBZone, Service-Disabled Veteran-Owned,Women-Owned, etc.) 3. Firm�s single project bonding capability/limit. 4. Demonstration of the firm�s experience as a prime contractor on projects ofsimilar size, type, and complexity within the past six years. List actual projectscompleted and include project title, location, and a brief description of the project. 5. Your company�s intent to propose on the 2027-2028 Nome Harbor Maintenance Dredging project as a prime contractor. Interested parties are invited to submit a response to this Sources Sought by theresponse time stated above. Please submit all documentation by email in PDF format. Responses received after this time and date may not be reviewed.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/06ecf82c902c4ce98445c284e30a13c0/view)
- Place of Performance
- Address: Nome, AK 99762, USA
- Zip Code: 99762
- Country: USA
- Zip Code: 99762
- Record
- SN07701540-F 20260131/260129230044 (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 |