The RFP Database
New business relationships start here

MOORING POINTS PHASE IV - MID-UPPER YUKAN RIVER- VARIOUS LOCATIONS, ALASKA


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

THIS IS A SOURCES SOUGHT NOTICE ONLY FOR MOORING POINTS PHASE IV- MID-UPPER YUKAN RIVER - VARIOUS LOCATIONS, ALASKA. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE-SOLICITATION. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this project lies solely with the government and will be based on this market research and information available to the government from other sources.

Description of Work: The project scope of work includes the installation of 38 driven pile mooring points at nine communities in the Northwest Arctic Borough and along the upper Yukon River. The nine communities are Buckland, Kiana, Noorvik, Kaltag, Nulato, Galena, Ruby, Tanana, and Stevens Village. Two types of mooring points will be installed, above grade and below grade mooring points. Above grade mooring points consist of a 12 inch diameter circular steel pile driven into the ground 31 feet with a pile stick‐up above grade of 4 feet. The top of the above grade mooring pile will have a steel pipe welded pile tee and welded steel pile cap. Below grade mooring points consist of a 12 inch diameter circular steel pile driven into the ground 31 feet and cut off one foot below grade. The top of the below grade mooring pile will have a steel pipe welded pile tee with stud link anchor chain and shackle.

These communities are located in remote Alaska and will require equipment to be barged to each community.


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 Contractor shall furnish all labor, equipment, supplies, materials, supervision and other items and/or services necessary to accomplish the work. Estimated award date of the contract is Jun 2017 with a completion date of February 2020 for the base scope. Construction wage rates (Davis-Bacon Act) will apply.


Contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations and procedures.
The applicable North American Industry Classification System (NAICS) code is 237990, Heavy and Other Civil Construction, and the related size standard is $36.5 Million. The estimated dollar magnitude of this project (base plus all options) is anticipated to be $1 - $5 Million. The type of contract will be firm-fixed price. The Davis Bacon Act will apply. The Contractor shall comply with commercial and industry standards as well as all applicable Federal, State, and local laws, regulations, and procedures.


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 $36.5 million. 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).


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.



THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 28 December 2016, 2:00 PM AST, by submitting all requested documentation below via email to: Christopher.taylor@usace.army.mil


Questions:


(1) Company name, address, DUNS number and business size under NAICS 237990.


(2) Relevant work experience in mobilizing by barge access.


(3) What experience does the contractor have with thermal modification of soil for pile driving in permafrost?
(4) If small business, identify type of small business (8(a), HUBZone, Service-Disabled Veteran-Owned, Woman Owned, etc.).


(5) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past ten years. List actual projects completed and include project title, location and a brief description of the project including dollar amount and work that was self-performed.


(6) The firm's single project bonding limit.


(7) How much experience do you have with remote Alaskan infrastructure work (years and type of work)?


(8) The firm's intent to propose on this project as a prime contractor.


Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. The System for Award Management (SAM), as required per FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be found at www.sam.gov


 


Christopher E. Taylor, Contract Speicalist, Phone 9077532703, Email christopher.taylor@usace.army.mil - Christine A. Dale, Contracting Officer, Phone 907 753-5618, Fax 907 753-2544, Email christine.a.dale@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP