Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOURCES SOUGHT

C -- Recovery- Akutan Harbor Excavation and Disposal

Notice Date
6/10/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-09-R-0038
 
Point of Contact
Yolanda M. Ikner, Phone: 9077532553, Christine A. Dale, Phone: 907 753-5618
 
E-Mail Address
yolanda.m.ikner@usace.army.mil, christine.a.dale@usace.army.mil
(yolanda.m.ikner@usace.army.mil, christine.a.dale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W911KB-09-R-0038 RECOVERY - THIS IS A SOURCES SOUGHT NOTICE ONLY, FOR PERFORMING EXCAVATION AND DISPOSAL OF AN ESTIMATED 742,000 CUBIC YARDS AT AKUTAN HARBOR, AKUTAN, ALASKA. OFFERS OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRESOLICITATION The District of the U.S. Army Corps of Engineers, Alaska is conducting market research prior to releasing a solicitation for Akutan Harbor, Akutan, Alaska. DESCRIPTION OF WORK: Work includes excavating/dredging and disposal of the material within the project boundary. Phase I consists of excavation and disposal of an estimated 742,000 cubic yards at Akutan Harbor, Akutan, Alaska. Work includes Dredging/excavating and upland disposal of the material within the project boundary. Work will be conducted primarily using land based excavation methods. The Contractor is to furnish all labor, equipment, supplies, materials, supervision and other items and services necessary to accomplish the work. The Davis-Bacon Act will apply. Note: Offerors are advised that a contract resulting from this solicitation is contingent upon Congressional approval. Should Congress not authorize this project or appropriate the funds, the solicitation will be canceled. If the project is canceled, all proposal preparation costs will be borne by the offeror. If a large business 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. The FY09 subcontracting goals for this contract are a minimum of 51.2% of the contractor's intended subcontract amount be placed with small businesses, 8.8% of that to small disadvantaged businesses, 7.3% to woman-owned small businesses, 3.1% to HUB zone small businesses, and 1.5% to service disabled veteran-owned small business. All offerors are advised that they must be registered in CCR (www.ccr.gov) and ORCA (http://orca.bpn.gov) in order to receive an award. Joint ventures must also be registered in CCR and ORCA as a joint venture. We advise offerors begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for the 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 $5,000,000 and $10,000,000. The resulting solicitation will be funded under the American Recovery Act and Reinvestment Act of 2009 and will contain the appropriate clauses The intent of this Sources Sought is to research qualified firms with a primary North American Industrial Classification System (NAICS) code of 237990, which has a size standard of $20 million for a potential acquisition. In accordance with FAR Subpart 19.10 -- Small Business Competitiveness Demonstration Program the government is considering issuing this solicitation as unrestricted since the NAICS code 237900 is a designated industry groups under this section. In accordance with FAR 19.1007 paragraph (b) (2) Acquisitions in the designated industry groups must continue to be considered for placement under the 8(a) Program (see Subpart 19.8 ) and the HUBZone Program (see Subpart 19.13 ),and the Service-Disabled Veteran-Owned Small Business Procurement Program (see Subpart 19.14 ). Based on this interested contractors are asked to provide information on their small business status. 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 firms should submit to the point of contact listed below, with the following information regarding their company. 1. Company Name, Address and Point of Contact including email address 2. Small Business status (if applicable) 3. Evidence of bonding capability 4. Relevant work experience with similar projects. Please submit all information via email www.fbo.gov.: Information must be submitted no later than 1500 hours, Alaska Standard Time, Friday, 26 June 2009
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-09-R-0038/listing.html)
 
Place of Performance
Address: Akutan Harbor, Akutan, Alaska, United States
 
Record
SN01840949-W 20090612/090610235049-e2a4f26d88352ba244575c1d46e44087 (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 |
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.