SOURCES SOUGHT
Y -- 2021-2023 DREDGING AT NOME HARBOR, NOME, ALASKA
- Notice Date
- 3/11/2020 2:54:52 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
- W911KB21B0001-SS
- Response Due
- 4/13/2020 3:00:00 PM
- Archive Date
- 04/28/2020
- Point of Contact
- Ron Perry, Phone: 9077532549, Christine Dale, Phone: 9077535618
- E-Mail Address
-
ronald.perry@usace.army.mil, christine.a.dale@usace.army.mil
(ronald.perry@usace.army.mil, christine.a.dale@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY FOR 2021-2023 DREDGING AT NOME HARBOR, NOME, ALASKA. �PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE.� THIS IS NOT A PRE-SOLICITATION.� � The Alaska District of the U.S. Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy prior to releasing a solicitation for this anticipated project. The determination of acquisition strategy lies solely with the government and will be based on market research and information available to the government from other sources. Please note that this Sources Sought is for information only and does not constitute a solicitation for competitive proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capability to provide the required services. DESCRIPTION OF WORK:� The project is to perform pre- and post-dredge surveys, annual maintenance dredging, and placement of dredged material in the designated upland and/or intertidal areas 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 and boulders based on previous maintenance dredging operations. Dredging in the upcoming solicitation may be required as follows: An estimated 24,000 cubic yards (CY) per year from the inner entrance channel and 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 2021 with options for 2022 and 2023. An estimated 20,000 CY per year from the outer entrance channel where required depth is -22 feet MLLW. This work is likely to be option items in 2021, 2022, and 2023. An estimated 25,000 CY per year from the east sediment trap where required depth is -22 feet MLLW. This work is likely to be option items in 2021, 2022, and 2023. An estimated 7,000 CY per year from underneath the causeway bridge where the required depth is -5 feet MLLW. This work is likely to be option items in 2021, 2022, and 2023. An estimated 46,000 CY per year from the beach immediately west of the causeway where required depth is +1 feet MLLW. This work is likely to be option items in 2021, 2022, and 2023. The primary 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 alternate placement site, likely for dredging underneath the causeway bridge as well as the beach immediately west of the causeway, would be a combination of upland areas located west of the Snake River in the vicinity of the harbor. The work period for base items in calendar year 2021 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 dredging in the outer entrance channel and/or east sediment trap are exercised. Further, the work period may be extended to 15 April 2022 if optional dredging underneath the causeway bridge and/or beach immediately west of the causeway are exercised. Options for dredging in 2022 and 2023 will be included in the solicitation with a similar work period as described for 2021. 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 2020. This procurement is subject to the availability of funds. If the project is cancelled, all proposal preparation costs will be borne by the offeror.� If a large 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) (www.sam.gov) before submitting a proposal.� Joint ventures must also be registered in SAM as a joint venture.� 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. Lack of registration in the SAM database would make an offeror ineligible for award. 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, Other Heavy and Civil Engineering Construction, which has a size standard of $30.0 million for a potential acquisition. In accordance with FAR 19.501 paragraph (c) The contracting officer shall conduct market research and review the acquisition to determine if this acquisition will be set aside for small business, or considered for an award to a small business under the 8(a) Program (see Subpart 19.8), HUBZone (see Subpart 19.13) or service-disabled veteran-owned programs (see Subpart 19.14). If the acquisition is set aside for small business based on this review, it is a unilateral set-aside by the contracting officer. Under the subject NAICS code, to be considered a small business for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small business dredging concern.� 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 are encouraged to submit a capabilities package (not exceeding 5 pages) demonstrating their ability to perform the work listed above. Packages should include the following information regarding their company: 1.� Company Name, Address, DUNS Number, Cage Code, Business Size under above NAICS, and Point of Contact information including email and phone 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, Woman Owned, etc.). 3.� Firm�s single project bonding capability/limit. 4.� Demonstration of the firm�s experience as a prime contractor on projects of similar size, type, and complexity within the past ten years. List actual projects completed and include project title, location, and a brief description of the project including dollar amount, type of equipment used, and work that was self-performed. 5. A listing of floating plant and land-based equipment, including age and size, which may be used on the project. 6. Your company�s intent to propose on this project as a prime contractor. Describe components of the work which may require subcontracting, joint ventures, etc. Interested parties are invited to submit a response to this sources sought by the response 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://beta.sam.gov/opp/6d6e106f5ebc4aef81d8105d5ec1d4d2/view)
- Place of Performance
- Address: Nome, AK 99762, USA
- Zip Code: 99762
- Country: USA
- Zip Code: 99762
- Record
- SN05586266-F 20200313/200311230152 (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 |