Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

Z -- 2024 - 2026 Maintenance Dredging Anchorage Harbor ANC032

Notice Date
2/16/2023 2:41:05 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
W911KB24R0002
 
Response Due
3/15/2023 11:00:00 AM
 
Point of Contact
Jason Linn, Phone: 9077532528, Christine Dale, Phone: 9077535618
 
E-Mail Address
jason.linn@usace.army.mil, christine.a.dale@usace.army.mil
(jason.linn@usace.army.mil, christine.a.dale@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR 2024 - 2026 MAINTENANCE DREDGING, ANCHORAGE HARBOR, ALASKA.� OFFERS OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE.� THIS IS NOT A PRE-SOLICITATION.� The District of the U.S. Army Corps of Engineers, Alaska is conducting market research prior to releasing a solicitation for 2024-2026 Maintenance Dredging, Anchorage Harbor, Alaska. DESCRIPTION OF WORK:� Perform surveying, dredging and disposal of approximately 1,100,000 cubic yards of fine-grained shoaled material annually for three (3) years at the Anchorage Harbor with an option to annually dredge 350,000 cubic yards of sandy material with some cobbles in Cook Inlet Navigation Channel.�� The dredging must be accomplished in a manner that keeps the Port of Alaska dock face and terminals accessible for shipping traffic at all times.� The Cook Inlet Navigation Channel, which is the marked entrance through Knik Arm Shoal to Anchorage Harbor, may also require periodic maintenance dredging. The Contractor is to furnish all labor, equipment, supplies, materials, supervision and other items and services necessary to accomplish the work.� All maintenance dredging in Anchorage Harbor and Cook Inlet Navigation Channel shall be performed using hopper or mechanical dredges only.� Cutterhead, suction and pipeline dredges are not permissible. Estimated Award Date of the Contract is 10 January 2024.�� Options for 2025 and 2026 maintenance dredging and early season dredging each year, will be in this solicitation.� Construction Wage Determinations (formerly Davis-Bacon) will apply. This project is contingent on availability of funds. If the project is cancelled, all proposal preparation costs will be borne by the offeror.� If a large business firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan for that part of the work it intends to subcontract.� All offerors are advised that they must be registered in the System for Award Management (SAM) (https://sam.gov/) in order to receive an award.� Joint ventures must follow the guidance provided in Class Deviation 23-O00001 if not already registered in SAM. Offerors are advised to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. The contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations and procedures. The total estimated magnitude of construction for all three years and all options is between $25,000,000 and $50,000,000. The intent of this Sources Sought is to solicit interest from qualified firms with a primary North American Industrial Classification System (NAICS) code of 237990 (Exception), which has a small business size standard of $37.0 million for a potential acquisition. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price shall be applicable.� Therefore, the successful firm shall have the capability to acquire such bonding. Interested prime contractor firms should submit the following information regarding their company. 1.� Company Name, Address, DUNS number and Point of Contact including email address 2.� Small Business status (if applicable) and type of small business 3.� Bonding capability 4.� Relevant work experience with projects of similar duration and/or similar dredge quantity. 5.� Equipment to be utilized to accomplish work (for example: hopper, barge, clam shell, etc.)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7ad3c8a8fb44c5f92325600921ff8f2/view)
 
Place of Performance
Address: Anchorage, AK, USA
Country: USA
 
Record
SN06594585-F 20230218/230216230119 (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.