Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2011 FBO #3427
SOURCES SOUGHT

Z -- Coastal Erosion Control Phase II Unalakleet, Alaska - SOW

Notice Date
4/11/2011
 
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-11-R-0029
 
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
Statement of Work and Questions for interested Contractors THIS IS A SOURCES SOUGHT NOTICE ONLY FOR COASTAL EROSION CONTROL PHASE II, UNALAKLEET, 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 Coastal Erosion Control Phase II, Unalakleet, Alaska. DESCRIPTION OF WORK: Construct a 460 LF continuation of rock revetment for Coastal Erosion Control at Unalakleet, Alaska, which includes: obtaining, delivering, and placing approximately 7,000 CY of Core Rock, 5,300 CY of B rock, and 7,700 CY of A rock for the revetment, remove and salvage rock from a temporary rock end section and construct a new temporary rock end section, remove and dispose of existing wood and other debris within the project footprint prior to rock placement, and other miscellaneous earthwork in the project area. There is no Government furnished rock source for this project. This work is located along the north bank of the Unalakleet River and will connect to the existing revetment and continue upstream to the new temporary end section. Access to the site may be from the Unalakleet River or by road through the City of Unalakleet. Roads in the area have been improved with asphalt-based paving. Load limitations are expected to be imposed. Anticipated cost of the work is between $5 million and $10 million. The Davis Bacon Act will apply. 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 FY11 subcontracting goals for this contract are a minimum of 50% of the contractor's intended subcontract amount be placed with small businesses, 17% of that to small, disadvantaged businesses, 18.0% to woman-owned small business, 10% to HUB zone small businesses, 8.5% to veteran-owned small business, and 4.0% 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 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 $5,000,000 and $10,000,000. 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 $33.5 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 Subpart 19.8), HUBZone (see Subpart 19.13) or service-disabled veteran-owned programs (see Subpart 19.14 ). If the acquisition is set aside for small business based on this review, it is a unilateral set-aside by the contracting officer. 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. 5. How much experience do you have with remote Alaskan infrastructure work (years and type of work)? 6. How much lead time will you expect to need to get the required rock developed and shipped to Unalakleet? 7. What type of information do you need to be able to submit a competitive proposal for this work? Please submit all information via email www.fbo.gov: Information must be submitted no later than 1400 hours, Alaska Standard Time, Wednesday, 11 May 2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-R-0029/listing.html)
 
Place of Performance
Address: Unalakleet, Alaska, United States
 
Record
SN02421282-W 20110413/110411234004-eae475523cfa7cc11ae021f3f9afb50d (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.