Federal Bid

Last Updated on 21 Mar 2019 at 11 PM
Sources Sought
Dillingham Alaska

2020-2022 Dillingham Harbor Dredging, Dillingham, Alaska

Solicitation ID W911KB19R0024-SS
Posted Date 21 Mar 2019 at 11 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W2sn Endist Alaska
Agency Department Of Defense
Location Dillingham Alaska United states 99576

THIS IS A SOURCES SOUGHT NOTICE ONLY FOR MAINTENANCE DREDGING AT DILLINGHAM HARBOR, DILLINGHAM, ALASKA. 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 market research to facilitate a determination of acquisition strategy prior to releasing a solicitation for this anticipated project. The determination of acquisition strategy lies solely with the government and will be based on market research and information available to the government from other sources. Please note that this Sources Sought is for information only and does not constitute a solicitation for competitive proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capability to provide the required services.

DESCRIPTION OF WORK: The project is to perform pre- and post-dredge surveys, annual maintenance dredging with a cutter-head pipeline dredge, and open-water placement of an estimated 110,000 cubic yards of dredged material for the base and each option year (if awarded) at Dillingham Harbor in Dillingham, Alaska. The harbor consists of a basin approximately 700 feet long and 390 feet wide with a project depth of +2 feet mean lower low water and an entrance channel approximately 120 feet long and 40 feet wide at the same project depth as the basin. The open-water placement site for dredged material is 250 feet long by 300 feet wide and located in the Nushagak River approximately 1,200 feet southeast of the harbor basin. Based on previous maintenance dredging operations, shoaled material consists primarily of silt and organic silt with some sand and gravel in the entrance channel and along the side slopes.

The work period for the base items shall begin on or after 15 May 2020, subject to harbor "ice out" conditions, and be completed no later than 15 July 2020. Options for 2021 and 2022 shall be included and also has a work period of 15 May ("ice out") to 15 July for the respective option years. However, the preference for the completion of dredging each year is 30 June to minimize conflicts with the local commercial and subsistence fishing fleet.

The Contractor is to furnish all labor, equipment, supplies, materials, supervision, and other items and services necessary to accomplish the work. The Contractor shall comply with commercial and industry standards as well as all applicable Federal, State, and local laws, regulations, and procedures. The total estimated magnitude of construction for base and option items is between $1,000,000 and $5,000,000. The type of contract shall be firm-fixed price. A fuel price adjustment provision for the dredging plant shall be included. Construction wage rates (formerly Davis Bacon Act wage rates) shall apply. The estimated award date of this contract is December 2019. This procurement is subject to the 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.

All offerors are advised that they must be registered in the System for Award Management (SAM) (www.sam.gov) before submitting a proposal. Joint ventures must also be registered in SAM as a joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. Lack of registration in the SAM database would make an offeror ineligible for award.

The intent of this Sources Sought is to solicit interest from qualified firms with a primary North American Industrial Classification System (NAICS) code of 237990, Other Heavy and Civil Engineering Construction, which has a size standard of $27.5 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. Under the subject NAICS code, to be considered a small business 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 business dredging concern.

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 prime contractor firms are encouraged to submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform the work listed above. Packages should include the following information regarding their company:

1. Company Name, Address, DUNS Number, Cage Code, Business Size under NAICS 237990 and Point of Contact information including email and phone number.
2. SAM status, Large or Small Business status under the applicable NAICS above and type of small business (8a, HUBZone, Service-Disabled Veteran-Owned, Woman Owned, etc.)
3. Firm's single project bonding capability/limit.
4. 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, type of equipment used, and work that was self-performed.
5. A listing of floating plant, including age and size, which may be used on the project.
6. Your company's intent to propose on this project as a prime contractor. Describe components of the work which may require subcontracting, joint ventures, etc.

Interested parties are invited to submit a response to this sources sought by the response time stated above. Please submit all documentation by email in PDF format. Responses received after this time and date may not be reviewed.

Bid Protests Not Available

Similar Opportunities

York Pennsylvania 24 Jul 2025 at 3 PM
York Pennsylvania 24 Jul 2025 at 4 AM (estimated)
York Pennsylvania 28 Aug 2025 at 4 AM (estimated)
Concord Massachusetts 21 Aug 2025 at 4 AM (estimated)