Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2023 SAM #7789
SOURCES SOUGHT

Z -- 2024 - 2026 Nome Harbor Maintenance Dredging

Notice Date
3/24/2023 8:22:05 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
W911KB24B0002
 
Response Due
4/24/2023 3:00:00 PM
 
Archive Date
04/25/2023
 
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
Project Name: 2024-2026 Nome Harbor Maintenance Dredging Notice ID: W911KB24B0002 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 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 2024 with options for 2025 and 2026. 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. 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 7,000 CY per year from underneath the causeway bridge where the required depth is -5 feet MLLW. Options in all three years for an estimated 43,000 CY per year from the beach immediately west of the causeway where required depth is +2 feet MLLW. 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, could 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 2024 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 items in the outer entrance channel and/or east sediment trap are exercised. Further, the work period may be extended to 15 April 2025 if optional dredging items underneath the causeway bridge and/or beach immediately west of the causeway are exercised. Options for dredging in 2025 and 2026 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 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 $37.0 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 24 April 2023, 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 (Linn), PO Box 6898, JBER, AK 99506-0898 or via email to Jason.Linn@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, UEI 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 Nome 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/9c5be98810f44a1f91e324a7504e11a1/view)
 
Place of Performance
Address: Nome, AK, USA
Country: USA
 
Record
SN06630132-F 20230326/230324230115 (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.