SOLICITATION NOTICE
Z -- 2017-2019 MAINTENANCE DREDGING, DILLINGHAM HARBOR, DILLINGHAM, ALASKA
- Notice Date
- 10/19/2016
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-17-B-0001
- Point of Contact
- Kimberly D. Tripp, Phone: (907)753-2549, Christine A. Dale, Phone: (907) 753-5618
- E-Mail Address
-
kimberly.tripp@usace.army.mil, christine.a.dale@usace.army.mil
(kimberly.tripp@usace.army.mil, christine.a.dale@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A PRESOLICITATION NOTICE ONLY FOR THE 2017-2019 MAINTENANCE DREDGING, DILLINGHAM HARBOR, DILLINGHAM, ALASKA. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. This solicitation will be a Small Business Set-Aside procurement. Any resulting contract will be firm-fixed priced. The solicitation for this project will be available by INTERNET ACCESS ONLY and will be available for download on or about 3 November 2016. Access to the documents will be through a link on the FedBizOpps website: http://www.fbo.gov. Use the Advance Search function and use this solicitation number to Search by Solicitation/Award Number. Any future amendments to the solicitation will also be available for download from the FedBizOpps website. DESCRIPTION OF WORK: Perform pre- and post-dredge surveys, annual maintenance dredging, and open-water placement of an estimated 95,000 cubic yards of material for the base and each option year (if awarded) at Dillingham Harbor, Dillingham, Alaska. The harbor consists of a basin approximately 700 feet long and 390 feet wide with a project depth of +2 feet mean lower low water (MLLW) and an entrance channel approximately 250 feet long and 40 feet wide at the same project depth as the basin. The open-water placement site for dredged material is 250 feet long by 300 feet wide and located in the Nushagak River approximately 1,200 feet southeast of the harbor basin. Based on previous dredging operations, shoaled material consists primarily of silt and organic silt with some gravel in the entrance channel and along the side slopes. The Contractor is to furnish all labor, equipment, supplies, materials, supervision, and other items/services necessary to accomplish the work. The work period for the base items shall begin on or after 15 May, subject to harbor "ice out" conditions, and be completed no later than 15 July, 2014. Options for 2015 and 2016 will be included in this solicitation also with a work period of 15 May ("ice out") to 15 July for the respective option year. A fuel price adjustment provision for the dredging plant is included. Anticipated cost of the work is between $500,000 and $1 million. Type of contract is firm-fixed price. The Davis Bacon Act will apply. Contractor shall comply with commercial and industry standards, and all applicable Federal, State, and local laws, regulations, and procedures. This project is contingent on availability of funds. If the project is cancelled, all proposal preparation costs will be borne by the offeror. All offerors are advised that they must be registered in SAM https://staging.sam.gov/portal/public/SAM/ in order to receive an award. Joint ventures must also be registered in SAM as a joint venture. We advise offerors to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. Contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations and procedures. The estimated magnitude of Construction is between $1,000,000, and $5,000,000. The North American Industrial Classification System (NAICS) code of 237990, which has a size standard of $27.5 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-B-0001/listing.html)
- Place of Performance
- Address: Dillingham Harbor, Dillingham, Alaska, United States
- Record
- SN04307920-W 20161021/161019234232-c521011d18b312c91c9b6e73e25b736d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |