The RFP Database
New business relationships start here

FY18-FY20 Grays Harbor Inner Harbor Maintenance Dredging, Grays Harbor, WA


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

FOR INFORMATION ONLY:
This Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Pre-Solicitation notice should be submitted in writing via email to Point of Contact(s) indicated below.

Construction Project:
FY18-FY20 Grays Harbor Inner Harbor Maintenance Dredging, Grays Harbor, WA.
The Seattle District, U.S. Army Corps of Engineers proposes to conduct maintenance clamshell dredging of approximately 1.2 M CY to 1.7M CY over three performance periods. Dredging will occur in Crossover Reach through Cow Point, depending on shoaling patterns at the time of dredging. Dredging will be to project depth (-38 ft MLLW) plus 2 ft advance maintenance and 2 ft allowable paid over depth. Suitable dredged material will be placed in either the South Jetty Disposal Site or the Pt Chehalis Disposal Sites. Available material is considered newly deposited material since the last dredge event. Proposed project contains three (3) distinct Periods of Performance (PoP). Base PoP runs between 1 December 2018 and 14 February 2019. Option One PoP runs between 15 July 2019 and 14 February 2020. Option Two PoP runs between 15 July 2020 and 30 September 2020.


The magnitude of construction is expected to be $5 Million to $10 Million. The resulting contract will be firm-fixed-price.


Solicitation number W912DW18B0007 will be posted to the Federal Business Opportunities (FBO) website, www.fbo.gov, on or about 13 July 2018. The solicitation will be an Invitation for Bids (IFB). Bids will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about bid opening. The NAICS code for this procurement is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $27,500,000 in average annual receipts. The solicitation is set-aside for small business concerns.
The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the FBO website at www.fbo.gov under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for a bidder's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, click the Add Me To Interested Vendors button in the listing for this solicitation on www.fbo.gov.
The FBO Response Date listed elsewhere in this pre-solicitation notice is for FBO archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued.


IMPORTANT NOTICE:
All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.


Alex R. Marcinkiewicz, Phone 206-764-6070, Email alex.r.marcinkiewicz@usace.army.mil - Sara Deyermond, Phone 206-764-6952, Email Sara.L.Deyermond@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP