The RFP Database
New business relationships start here

2017 SALMON CREEK 205 FLOOD RISK MANAGEMENT


Alaska, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

2017 SALMON CREEK 205 FLOOD RISK MANAGEMENT
Solicitation # W911KB-17-R-0043 SS

THIS IS A SOURCES SOUGHT NOTICE ONLY FOR 2017 SALMON CREEK FLOOD RISK MANAGEMENT. OFFER OR PROPOSALS 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 research prior to releasing a solicitation for Salmon Creek 205 Flood Risk Management in Seward, Alaska. .
DESCRIPTION OF WORK
The Salmon Creek 205 Flood Risk Management project will provided an armored revetment, approximately 1,500 feet in length. The construction of the revetment will involve surveying the alignment of the existing berm, shaping of in-situ material to provide the core of the engineered berm, placement of a 1.5-foot-thick layer of filter rock, and placing a 3-foot-thick layer of armor rock on top of the core material. Construction will require upgrading a 3,225 feet mud trail with gravel to access the project site for construction, operation, and maintenance purpose. Additionally, a gravel parking lot up to 14,000 square feet will be required.


The applicable North American Industry Classification System (NAICS) code is 237990, Heavy and Other Civil Construction, and the related small business size standard is $36.5 million. The estimated magnitude of construction is between $1,000,000 and $5,000,000. 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 type of contract will be firm-fixed price. The Davis Bacon Act will apply. The requirement for the submission of both performance and payment bonds, in an equivalent to 100% of the award price shall be applicable. Therefore, the successful firm shall have the capability to acquire such bonding.


THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than February 09, 2017, 2:00 PM AST.
Questions:


1. Company name, address, and point of contact (including phone and e-mail).


2. Small Business status and DUNS number.


3. Relevant work experience on similar projects (years and type of work).


4. . Does your firm have experience in or resources for completing survey layout for dikes, levees, roadways or other similar projects?


5. 2. Does your company have experience in placing armor stone and rip rap for stream bank stabilization?


6. 3. Does your firm have experience working in small Alaskan communities?


Christopher E. Taylor, Phone 9077532703, Email christopher.taylor@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP