Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOURCES SOUGHT

Z -- Navigation Improvements at the Douglas Harbor in Douglas, Alaska

Notice Date
3/1/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-10-B-0006
 
Point of Contact
Kimberly D. Tripp, Phone: 907 753-2549, Christine A. Dale, Phone: 907 753-5618
 
E-Mail Address
kimberly.tripp@usace.army.mil, christine.a.dale@usace.army.mil
(kimberly.tripp@usace.army.mil, christine.a.dale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY, FOR NAVIGATION IMPROVEMENTS AT THE DOUGLAS HARBOR IN DOUGLAS, ALASKA. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE-SOLICITATION. The District of the U.S. Army Corps of Engineers, Alaska is conducting research prior to releasing a solicitation for Navigation Improvements at the Douglas Harbor in Douglas, Alaska. DESCRIPTION OF WORK: The U.S. Army Corps of Engineers has an ongoing project for Navigation Improvements at the Douglas Harbor in Douglas, Alaska, which is across Gastineau Channel from Juneau, Alaska. Completion of the project via this contract involves installation of a 230' long by 18' wide by 8' thick concrete Floating Breakwater (FBW) which has been cast in Tacoma, Washington and is scheduled for delivery by the end of April, 2010. The FBW will be moored via twelve pipe piles driven through pile guides cast into the FBW. The pile diameter will be 20" or less, with smaller diameter piles requiring thicker walls. Acceptable pile diameter and wall thickness combinations are provided in the design documents. The piles will penetrate the relatively soft overburden which ranges from 9' to 19' in thickness; and extend 20' into the underlying glacial till and/or bedrock. Penetration of the glacial till/bedrock will require drilling this material prior to driving the piles. This project is contingent on 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. The FY10 subcontracting goals for this contract are a minimum of 70% of the contractor's intended subcontract amount be placed with small businesses, 6.2% of that to small, disadvantaged businesses, 7.0% to woman-owned small business, 9.8% to HUB zone small businesses, and 2.0% to service disabled veteran owned small business and 3.5% 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 to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for 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 $500,000 and $1,000,000. 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, Thursday, 4 March 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-10-B-0006/listing.html)
 
Place of Performance
Address: Douglas Harbor, Douglas, Alaska, 99824, United States
Zip Code: 99824
 
Record
SN02078712-W 20100303/100301234324-c36feda6847858a0376cbd68d71ad8d7 (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  © 1994-2020, Loren Data Corp.