Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
MODIFICATION

Z -- Maintenance Dredging, Bethel, Alaska

Notice Date
3/15/2012
 
Notice Type
Modification/Amendment
 
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, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-12-B-0005
 
Point of Contact
Christine A. Dale, Phone: 907 753-5618
 
E-Mail Address
christine.a.dale@usace.army.mil
(christine.a.dale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR MAINTENANCE DREDGING, BETHEL, 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 the Maintenance Dredging, Bethel, Alaska. DESCRIPTION OF WORK: Dredge approximately 17,800 CY of material from the entrance channel and maneuvering area and approximately 10,300 CY of material from the mooring basin at the small boat harbor in Bethel, remove and replace two concrete boat launch ramps, construct 550 SY of classified fill scour aprons at the toes of the new boat launch ramps, and perform hydrographic and topographic surveys. Dredging shall be performed during the winter months while the harbor is in a frozen condition by removing ice and snow, and using land based equipment to remove silt and sandy material in a frozen state. Dredged material shall be disposed of by placing the frozen material in an upland site less than one-quarter mile from the harbor to the northeast. There is no Government furnished rock or classified fill source for this project. The Contractor is to furnish all labor, equipment, supplies, materials, supervision and other items and services necessary to accomplish the work. It is currently anticipated that an award in August 2012 with an estimated performance period of February 1, 2012 through April 1, 2012. 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. The Estimated Magnitude of Construction is between $1,000,000 and $5,000,000. The North American Industrial Classification System code is 237990, which has a size standard of $20 million in average annual receipts. Note: To be considered small 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 dredging concern. 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 FY12 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% to woman-owned small businesses, 10% to HUB zone small businesses, and 4% to service disabled veteran-owned small business and Veteran-Owned Small Business. 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. 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. 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, for example 8(a), Hub zone, Service Disabled Veteran-Owned, Small Business). Evidence of bonding capability. 3. Evidence of bonding capability. 4. Relevant work experience with similar sized mechanical dredging projects in small Alaskan harbors. 5. How much experience do you have with remote Alaskan marine work(years and type of work)? 6. R elevant work experience in mobilizing by barge access.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-12-B-0005/listing.html)
 
Place of Performance
Address: Bethel Harbor, Bethel, Alaska, 99559, United States
Zip Code: 99559
 
Record
SN02697307-W 20120317/120315234421-9441d791a2c3b0883698f5f90c52eb6c (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.