Inactive
Notice ID:W9128A-19-Z-0008
THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION FOR BID. The U.S. Army Corps of Engineers, Honolulu District, request...
THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION FOR BID. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from Prime Contractors AND Subcontractors interested in performing work on a potential design-bid-build construction solicitation for Honolulu Harbor Maintenance Dredging, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Honolulu Harbor Maintenance Dredging, Oahu, Hawaii The US Army Corps of Engineers, Honolulu District (USACE) through the Civil and Public Works Branch under the Operations and Maintenance (O&M) program proposes to conduct Phase II maintenance dredging of Honolulu Harbor located along the south coast of the island of Oahu. Project Scope: The overall purpose of the project is to remove shoaled material that was either determined to be unsuitable for ocean disposal, or that was unreachable by the USACE hopper dredge ESSAYONS, during Phase I of dredging. This maintenance dredging project is needed to restore Honolulu Harbor to its designed depths and ensure continued safe vessel navigation. The major elements of the scope of work include: pre-mobilization activities; compliance with applicable environmental requirements; mobilization which includes preparation of temporary construction staging and dewatering areas; dredging of accumulated sediments; transportation of material either to the South Oahu Offshore Dredged Material Disposal Site or to Barber's Point Harbor; dewatering of the dredged material at Barber's Point Harbor; testing of dredged material prior to upland disposal; transportation of the dewatered spoils to the PVT Landfill as the upland disposal site; and, demobilization which includes the restoration of the temporary construction staging and dewatering areas to their original condition. The estimated performance of period is 12 to 24 months. Magnitude is $5M to $10M. Interested Prime Contractors should submit the following: a. Narrative demonstrating design-bid-build experience that are similar in size, scope, complexity, and/or magnitude. b. Project site was located at a discrete location. Discrete means an island surrounded by water and the shipment of supplies and materials are made either by air or by ocean / sea transportation. c. Bonding capability for a single contract action of at least $5M and aggregate of at least $10M by the interested prime contractor. d. DUNS/CAGE CODE, Expiration date in SAM.GOV. e. Indicate whether your firm is a large business or small business and indicate applicable socio-economic category of FAR PART 19. Interested Small Business Subcontractors should submit the following: a. Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed. b. The size of the crew(s) available to perform work. c. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business d. DUNS/CAGE CODE, Expiration date in SAM.GOV. Narratives shall be no longer than two (2) pages. Email responses are required. Responses are to be sent via email to colin.k.waki@usace.army.mil no later than May 9, 2019, 2:00 p.m. Hawaii Standard Time. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov/portal/public/SAM/ for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.