Similar Projects
Last Updated | 04/04/2023 12:31 AM |
Project Title | RFQ Contractor - FY23 Swinomish Channel Maintenance Dredging, La Connor |
Physical Address | View project details and contacts |
City, State (County) | La Conner, WA 98257 (Skagit County) |
Category(s) | Heavy and Highway |
Sub-Category(s) | Dock/Pier/Marine, Site Development |
Contracting Method | Competitive Bids |
Project Status | Request for Qualifications, Construction start expected July 2023 |
Bids Due | View project details and contacts |
Estimated Value | $5,000,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | This is a SOURCES SOUGHT ANNOUNCEMENT and is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed action will be a construction project with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this Sources Sought announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow-up information. Responses to this Sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; as well as their size classifications relative to the NAICS code 237990, FSC code Y1KF, and Small Business Size Standard $37 Million. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on ww.beta.sam.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. PROJECT DETAILS: FY23 Swinomish Channel Maintenance Dredging, La Connor, Washington USACE Seattle District proposes to remove up to 250,000 cubic yards (cy) of accumulated sediment from designated reaches in the Swinomish Channel Federal navigation channel in La Connor, WA. Dredging would occur within the in-water construction work window of 16 Jul 2023 through 15 Feb 2024. The dredging will be accomplished using a clamshell dredge and equipment designed to minimize the potential for impacts to the surrounding environment. Dredged material will be disposed at the Dredge Materials Management Program (DMMP) Rosario Straight or Port Gardner DMMP open-water dredged material disposal sites. Dredging in the designated reaches will be to -12 ft MLLW plus 2 ft allowable paid over depth. The magnitude of construction is expected to be $1 Million to $5 Million. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and DUNS number. 3. Firm's interest in bidding on the solicitation if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, Other Than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. Bonding information (provide bonding limits on the bonding company's letterhead): a. Single bond b. Aggregate c. Point of contact for the bonding company All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement. Submit responses to: Geraldine Kemp, Contract Specialist, via email at Geraldine.L.Kemp@usace.army.mil. Responses should be sent as soon as possible, but no later than 5:00 PM PST, 21 April 2023. All interested firms must be registered in the System for Award Management (www.SAM.gov) and remain active for the duration of the contract to be eligible for Government contracts. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. |
||
Details |
|
||
Bidder's List | View project details and contacts | ||
Prospective Bidders | View project details and contacts | ||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |