Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2023 SAM #7814
SOURCES SOUGHT

Y -- St. Paul Harbor Repairs and Maintenance Dredging

Notice Date
4/18/2023 10:24:36 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
W911KB24B0001
 
Response Due
5/18/2023 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
Project Name: St. Paul Harbor Repairs & Maintenance Dredging Notice ID: W911KB24B0001 THIS IS A SOURCES SOUGHT NOTICE ONLY FOR HARBOR REPAIRS AND MAINTENANCE DREDGING AT ST. PAUL HARBOR IN ST. PAUL ISLAND, 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. 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 million for a potential acquisition. DESCRIPTION OF WORK: The Alaska District of the U.S. Army Corps of Engineers is seeking interested bidders for a project that consists of dredging, and scour hole and reef repairs in Saint Paul, Alaska. Specifically, the project will dredge the entrance channel of the Saint Paul Harbor and additional areas within the Saint Paul Harbor, totaling between 60,000 CY to 150,000 CY.� Additionally, scour holes will be repaired and manmade offshore reefs will be repaired at the Saint Paul Harbor. The project will have an estimated period of performance of 246 calendar days after receipt of the Notice to Proceed (NTP).�Anticipated solicitation issuance date is about 20 September 2023 and the anticipated response date is on or about 31 October 2023. The Contractor shall 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 $10,000,000 and $25,000,000. The type of contract shall be firm-fixed price. Construction wage rates (formerly Davis Bacon Act wage rates) shall apply. 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 May 18, 2023, by 2:00 PM Alaska Standard Time, by submitting all requested documentation listed below 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 their 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. Large or Small Business status under the applicable NAICS above, and type of small business (8a, HUBZone, Service-Disabled Veteran-Owned, Women-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 with 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/propose on this 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/4923ea2941c7480582d020aa93bf447c/view)
 
Place of Performance
Address: Saint Paul Island, AK, USA
Country: USA
 
Record
SN06654906-F 20230420/230418230127 (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.