Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2022 SAM #7404
SOURCES SOUGHT

Z -- 2023-2025 Homer Harbor & Ninilchik Harbor Maintenance Dredging

Notice Date
3/7/2022 9:06:05 AM
 
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
W911KB23B0002
 
Response Due
4/18/2022 3:00:00 PM
 
Point of Contact
Jennifer Gosh, Christine Dale
 
E-Mail Address
Jennifer.Gosh@usace.army.mil, Christine.A.Dale@usace.army.mil
(Jennifer.Gosh@usace.army.mil, Christine.A.Dale@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR DREDGING AT HOMER AND NINILCHIK HARBORS IN HOMER AND NINILCHIK, ALASKA.� PROPOSALS AND BIDS 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/bids 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 upland/intertidal placement of dredged materials at Homer Harbor in Homer, Alaska and Ninilchik Harbor in Ninilchik, Alaska. Work at both harbors shall be performed with a combination of floating plant and land-based excavation and hauling equipment. The work period, subject to the timeframes described below for each harbor, shall begin in 2023 with options for 2024 and 2025. For Homer Harbor, maintenance dredging of an estimated 7,000 cubic yards (CY) of recently shoaled silt, sand, gravel, and cobbles shall occur each year in September to mid-October and focus primarily within the channel where the project depth is -20 feet mean lower low water (MLLW). The project may include options for biannual maintenance dredging of approximately 10,000 CY of similarly shoaled material from the US Coast Guard dock (April to mid-May and September to mid-October) where the project depth is -26 feet MLLW. Maintenance dredging shall be performed using a cutter-head pipeline dredge with material pumped to an upland dewatering site adjacent to the harbor. Work shall be accomplished in a manner that keeps the harbor accessible to boat and vehicular traffic. Dewatered dredged material may require hauling to an upland or intertidal site located on the Homer Spit. For Ninilchik Harbor, maintenance dredging of an estimated 11,000 CY of silt, sand, gravel, cobbles, and boulder-size pieces of coal shall occur each year in late April to mid-May (subject to harbor �ice out� conditions) for both the entrance channel and mooring basin where the project depth varies from +9 to +2 feet MLLW. Maintenance dredging shall be performed using a combination of cutter-head pipeline dredge and land-based equipment to place the dredged material on an intertidal site adjacent to the harbor. 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 $1,000,000 and $5,000,000. The type of contract shall be firm-fixed price. Construction wage rates (formerly Davis Bacon Act wage rates) shall apply. The estimated award date of this contract is January 2023. This procurement is subject to the availability of funds. If the project is cancelled, all proposal/bid 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/bid.� Joint ventures must also be registered in SAM as a joint venture.� Offerors are advised to begin this process when they prepare their proposal/bid 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 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 subpart 19.15). �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. THIS IS A SOURCES SOUGHT OPEN TO ALL QUALIFIED PRIME CONTRACTOR FIRMS (Large and Small Businesses under NAICS 237990). All interested firms are encouraged to respond to this announcement no later than 18 April 2022, by 2:00 PM Alaska Daylight Savings Time, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Gosh), PO Box 6898, JBER, AK 99506-0898 or via email to Jennifer.Gosh@usace.army.mil and Christine.A.Dale@usace.army.mil. Interested prime contractor firms are encouraged to submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform the work described above. Packages should include the following information regarding their company: 1.� Company Name, Address, DUNS Number, Cage Code, Business Size under the applicable NAICS above, 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. Your company�s intent to bid on the Homer Harbor & Ninilchik Harbor Maintenance Dredging project as a prime contractor. 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://sam.gov/opp/69145001955b4efcb4c41b29175a3b1a/view)
 
Place of Performance
Address: Homer, AK 99603, USA
Zip Code: 99603
Country: USA
 
Record
SN06259498-F 20220309/220307230059 (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.