FLOATING BREAKWATER REPLACEMENT, BAR POINT HARBOR, KETCHIKAN, ALASKA
ID: W911KB25R0018Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Feb 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 29, 2025, 10:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of two floating breakwaters at Bar Point Harbor in Ketchikan, Alaska. The project aims to demolish outdated breakwaters and replace them with new reinforced concrete structures, adhering to federal, state, and local regulations, with a focus on safety and environmental protection. This initiative is crucial for enhancing coastal infrastructure resilience and ensuring safe maritime operations in the region. Proposals are due by April 22, 2025, with an estimated contract value between $25 million and $100 million. Interested contractors can reach out to Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil for further inquiries.

Files
Title
Posted
Feb 25, 2025, 8:05 PM UTC
The document outlines a solicitation by the U.S. Army Corps of Engineers for the replacement of two concrete floating breakwaters at Bar Point Harbor in Ketchikan, Alaska. Design specifications detail the construction materials, dimensions, and anchoring systems required for the project, which focuses on enhancing harbor safety and functionality. Key elements include detailed plans for mooring chains, anchor blocks, and compliance with local, state, and federal regulations concerning construction practices. The contractor is responsible for site verification, utility protection, and environmental safety, ensuring no debris enters the water. They must coordinate with local authorities regarding staging areas; adhere to strict waste handling protocols; and submit engineered designs for government verification. Additionally, the document contains references to geotechnical studies, survey data, and existing conditions that must be assessed before construction. Ultimately, the solicitation emphasizes the importance of compliance, detailed planning, and robust engineering practices to ensure successful project execution while minimizing risks to the harbor environment and local community.
Feb 25, 2025, 8:05 PM UTC
The U.S. Army Corps of Engineers (USACE) Alaska District issues a Request for Proposal (RFP) for the replacement of two floating breakwaters at Bar Point Harbor, Ketchikan, Alaska. The project includes demolition of aging breakwaters and their replacement with new reinforced concrete structures. The replacement breakwaters will be secured using chains and concrete anchor blocks and are vital for maintaining the harbor’s integrity. The contract is a firm-fixed-price agreement budgeted between $25 million to $100 million and aims to promote participation from small businesses. Key components of the proposal submission include detailed technical approaches, past performance evidence, and pricing schedules. Proposals will be evaluated on technical merit, past performance confidence, and price, with an emphasis on demonstrating a comprehensive understanding of the project scope. Award decisions will be based on the best value for the government. Offerors are required to adhere to safety standards, environmental regulations, and applicable labor laws during project execution. Submission deadlines and guidelines for proposal formatting and additional requirements, including bonding and documentation for joint ventures, are stipulated within the RFP. This document serves as a crucial tool for ensuring project viability and quality outcomes in federal contracting.
Apr 21, 2025, 6:07 PM UTC
The document is a Request for Proposal (RFP) issued by the U.S. Army Corps of Engineers for the replacement of two concrete floating breakwaters at Bar Point Harbor in Ketchikan, Alaska, slated for completion by February 2025. Key specifications include the use of graded concrete, specific anchor chain types, and detailed project dimensions pertaining to floating breakwater construction. The proposal outlines contractor responsibilities, emphasizing the need for safety and compliance with permits, utility protection, and environmental considerations throughout the construction process. General notes highlight requirements for verifying existing conditions and project dimensions. The RFP includes critical geotechnical details, existing survey data, and expectations for post-construction surveys. This project reflects the government’s commitment to infrastructure improvement and ensures that measures adhere to federal and state guidelines. It is an essential endeavor aimed at enhancing the resilience and safety of coastal infrastructure in Alaska.
Apr 21, 2025, 6:07 PM UTC
The U.S. Army Corps of Engineers issued a Request for Proposal (RFP) for the replacement of floating breakwaters at Bar Point Harbor in Ketchikan, Alaska. The project aims to replace two existing breakwaters, which have exceeded their operational lifespans, with reinforced concrete float-type structures. The RFP outlines specific requirements for contractors, including adherence to federal, state, and local regulations, and mandates compliance with Davis-Bacon wage rates. Contractors must submit detailed proposals demonstrating their technical approach, past performance on similar projects, and price estimates, emphasizing a best-value trade-off evaluation. The estimated construction costs range between $25 million and $100 million, with proposals due by April 1, 2025. The importance of the proposals hinges on a comprehensive understanding of project requirements and the ability to execute with minimal disruption. Additional evaluations will focus on past performance ratings based on recency, relevance, and overall quality of previous projects. This undertaking reflects the government’s commitment to maintaining and improving critical infrastructure, ensuring safety and environmental compliance in coastal operations.
Apr 21, 2025, 6:07 PM UTC
The document is an amendment to solicitation W911KB25R0018 from the U.S. Army Corps of Engineers for a project involving the replacement of two floating breakwaters at Bar Point Harbor, Ketchikan, Alaska. Key updates include changes to the Bidder Inquiry Key and scheduling a pre-proposal conference call for March 11, 2025. The project, with an estimated cost between $25 million and $100 million, aims to demolish outdated breakwaters and replace them with new reinforced concrete structures. Important instructions for bidders outline proposal submission requirements, including guaranteeing bid performance, security protocols for communications, and electronic submission via the PIEE Solicitation Module. The solicitation emphasizes accuracy in proposals, compliance with the Buy American Act, and clear communication through the Bidder Inquiry system. The amendment maintains original solicitation terms, ensuring that any further clarifications are communicated effectively. This amendment highlights the government’s transparency and regulatory compliance in procurement processes, aimed at engaging qualified contractors for significant construction projects.
Apr 21, 2025, 6:07 PM UTC
This document pertains to Amendment W911KB25R0018 issued by the U.S. Army Engineer District, Alaska, regarding the Ketchikan Bar Point Harbor Breakwater Replacement project. It extends the proposal due date to April 22, 2025, includes notes from a pre-proposal conference, and updates specifics in the solicitation including sampling requirements and relevant provisions. The solicitation is set aside for small businesses (NAICS 237990) with a project magnitude between $25 million and $100 million, emphasizing a "Best Value" evaluation where technical approach and past performance hold more weight than price. The pre-proposal conference, held via MS Teams, detailed submission requirements, proposal formatting, and evaluation criteria. Contractors are required to demonstrate capability and past success in similar projects. All proposals must adhere to specific content and formatting guidelines, with emphasis on technical approaches that ensure compliance and effectiveness in construction methods. Furthermore, the document stipulates important bonding requirements and evaluation procedures, reinforcing the need for thorough and accurate submissions to enhance the likelihood of contract award. This amendment reflects a significant step in ensuring robust project proposals and adherence to federal contracting standards.
Apr 21, 2025, 6:07 PM UTC
The document is an amendment to a solicitation and contract modification for the Floating Breakwater Replacement project at Bar Point Harbor in Ketchikan, Alaska. It outlines key updates, including changes to wage determinations, revisions to marine construction specifications, and the attachment of updated drawing sheets. The amendment specifies that all previous terms remain unchanged unless indicated. It mandates that contractors acknowledge receipt of the amendment through various means to ensure compliance. Key updates include new wage rates reflective of the local construction market, following federal guidelines, and detailed provisions regarding the performance and handling of marine concrete. This document aligns with federal procurement processes, emphasizing adherence to labor standards and quality requirements for construction projects funded through government contracts. Overall, the amendment ensures clarity and compliance for contractors involved in the project while addressing updates that impact wage and construction standards.
Apr 21, 2025, 6:07 PM UTC
The document outlines the specifications for the replacement of a floating breakwater at Bar Point Harbor, Ketchikan, Alaska, under the U.S. Army Corps of Engineers. It includes construction details of new anchor blocks, their dimensions, chain specifications, and survey control data necessary for the project. The plan emphasizes the design, installation, and safety measures to ensure the floating breakwater meets functional and regulatory standards. The document also notes the need for navigation aids and the protective measures to preserve existing underwater infrastructure. A post-construction survey boundary extending beyond the anchor blocks is mentioned to ensure thorough site assessment post-installation. Overall, the project aims to enhance coastal safety and resilience while aligning with federal and local guidelines.
Apr 21, 2025, 6:07 PM UTC
The document is an amendment for a solicitation concerning the replacement of a floating breakwater at Bar Point Harbor, Ketchikan, Alaska. It updates various sections of the original bid solicitation, including extending the proposal due date to 29-Apr-2025, and modifying specific technical sections related to construction specifications. Key updates involve requirements for concrete performance, closeout submittals, and detailed criteria for the breakwater structure, which is designed to withstand specific marine conditions, such as wave loading and anchoring. The amendments also stipulate the contractor's obligations for as-built documentation, warranty management, and operational maintenance manuals. The point of contact for queries is provided, along with a stipulation that all responses require acknowledgment of the amendment for compliance. This document reflects the U.S. Army Corps of Engineers' stringent standards ensuring the project’s success and longevity in a challenging marine environment, aligning with federal contracting procedures and requirements. Overall, the amendment clarifies expectations for contractors to ensure adherence to updated project specifications and timelines essential for successful project execution.
The document highlights a high-resolution hydrographic survey that illustrates a side scan of mooring components. This analysis likely serves as a part of a larger initiative aimed at assessing underwater structures or activities, pertinent to government RFPs in maritime or environmental planning sectors. The survey is essential for understanding the condition and positioning of mooring systems, which is critical for navigation safety, marine operations, and environmental protection. Such detailed surveys aid in ensuring compliance with federal and state regulations regarding marine infrastructure, thereby supporting efforts in maintaining safety and conservation in water bodies. The file's focus on hydrographic data indicates its significance in fostering informed decision-making in project proposals or grant applications concerning aquatic environments. Overall, the document underscores the necessity for precise hydrographic assessments in governmental project frameworks.
Apr 21, 2025, 6:07 PM UTC
The solicitation for the replacement of the Floating Breakwater at Bar Point Harbor in Ketchikan, Alaska, managed by the U.S. Army Corps of Engineers, outlines the project requirements and specifications. The goal is to replace two existing concrete floating breakwaters, including the associated anchor systems and chains, in compliance with established design and performance standards. Key materials specified include concrete, anchor blocks, and chains, each adhering to required strength and safety standards. Contractors are responsible for verifying site conditions, protecting utilities, and complying with safety measures during the construction process. The document details the expected dimensions of the floating breakwaters and includes technical specifics for the installation. Additionally, a significant emphasis is placed on environmental protection during construction to prevent debris from contaminating the harbor waters. The project further requires contractors to submit designs stamped by a licensed professional engineer, perform post-construction surveys, and coordinate with local entities for operational efficiency. This solicitation reflects the federal government's commitment to infrastructure improvement and community safety while promoting responsible engineering practices in maritime environments.
Apr 21, 2025, 6:07 PM UTC
This document outlines an amendment to a solicitation for the Floating Breakwater Replacement project at Bar Point Harbor in Ketchikan, Alaska. Changes include updates to the Proposal Schedule, addition of specific provisions and clauses, and modifications to several sections detailing project requirements, pricing, and contractor responsibilities. Key components involve the construction and design of both main and entrance floating breakwaters, with specified performance criteria and environmental considerations. Contractors must adhere to a detailed price and payment structure, ensuring thorough understanding of the tasks for mobilization, demolition, design, and construction. The construction plan must not impede marina operations while ensuring completion by a specified deadline. Furthermore, contractors are required to submit design calculations, quality requirements for materials, and evidence of experience in similar projects. This amendment serves to clarify expectations and maintain compliance with federal standards during the project's execution. The ultimate goal is to ensure a durable and effective breakwater system that withstands the harsh marine environment of Alaska while facilitating local maritime activities.
Lifecycle
Title
Type
Similar Opportunities
NORTH BREAKWATER REPAIRS AT REDONDO BEACH-KING HARBOR
Buyer not available
The Department of Defense, specifically the Department of the Army through the W075 Endist Los Angeles, is seeking contractors for the North Breakwater Repairs at Redondo Beach-King Harbor project in California. The project entails repairing a shore-connected, rubble-mound breakwater that protects King Harbor from ocean waves, which includes resetting existing armor stone and placing approximately 8,000 tons of new armor stone. This work is crucial for maintaining the structural integrity and safety of the harbor facilities. The estimated contract value ranges between $5 million and $10 million, with a total duration of approximately 210 calendar days. Interested contractors should note that the solicitation is expected to be issued around May 13, 2025, with a response deadline on or about June 17, 2025. For further inquiries, contact Cameron Stokes at Cameron.Stokes@usace.army.mil or Patricia Bonilla at patricia.b.bonilla@usace.army.mil.
Design-Build Sitka Waterfront Improvements (Sitka, AK)
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the Design-Build Sitka Waterfront Improvements project in Sitka, Alaska. This initiative involves the design and construction of a new fixed Seagoing Buoy Tender (WLB) wharf and pier, along with associated site improvements and utility connections, aimed at enhancing operational capabilities for Coast Guard vessels. The project is estimated at approximately $48 million and includes a performance period of 1,030 calendar days post-award, with proposals due by May 7, 2025. Interested contractors can reach out to Tracianne Torklep at Tracianne.Torklep@uscg.mil or Gabriel D. Perez at gabriel.d.perez@uscg.mil for further inquiries.
PORT OF NOME MODIFICATION PHASE 1A, NOME, ALASKA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Port of Nome Modification Phase 1A project in Nome, Alaska. This construction project involves a 1,200-foot extension of the existing Nome causeway, which will include a layered aggregate and rock embankment, a 30-foot wide road surface, and a 600-foot long open-cell sheet pile dock, while also requiring the removal of existing structures. This initiative aims to enhance navigation and docking capacities for various vessel types, benefiting approximately 60 communities in Alaska, and is estimated to cost between $250 million and $500 million. Interested contractors should note that the proposal due date has been extended to April 28, 2025, and can contact Tammy Davis at tammy.davis@usace.army.mil or call 907-753-5592 for further information.
Dana Point West Breakwater Repair Project
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Dana Point West Breakwater Repair Project in California. The project involves the complete repair of the west breakwater at Dana Point Harbor, which includes replacing displaced armor stone, resetting existing stone, and dredging approximately 45,000 cubic yards of sediment for access, with the dredged material to be used for nearshore nourishment at Doheny State Beach. This construction project is significant for maintaining coastal infrastructure and ensuring environmental protection, with an estimated contract value between $5 million and $10 million. Interested contractors must maintain an active registration in the System for Award Management (SAM) and are advised to monitor sam.gov for updates, with the official Invitation for Bid expected around May 15, 2025, and a tentative bid opening date of June 17, 2025. For further inquiries, contact Ashley Powell at ashley.s.powell@usace.army.mil or Patricia B Bonilla at Patricia.B.Bonilla@usace.army.mil.
Grand Haven North Break Water Wave Attenuator
Buyer not available
The U.S. Army Corps of Engineers, Detroit District, is conducting market research for the Grand Haven North Breakwater Wave Attenuator project, seeking both small and large business firms capable of performing marine construction. The project entails the demolition and removal of a section of the existing north pier and timber cribbing structure, followed by the installation of a stone revetment to serve as a wave attenuator, along with an H-pile supported concrete walkway. This initiative is crucial for enhancing coastal infrastructure and ensuring the safety and functionality of the pier. Interested contractors are encouraged to respond to the Sources Sought Notice by submitting the completed Sources Sought Survey by 2:00 PM EST on May 5, 2025, to the designated contacts, Frederick Coffey and Michelle Barr, via the provided email addresses.
Rogue River South Jetty Partial Repair 2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the Rogue River South Jetty Partial Repair project located in Gold Beach, Oregon. The project entails the procurement, delivery, and placement of jetty armor stone to address channel-side damage and includes mandatory repairs over a construction length of approximately 260 feet, with optional additional repairs extending the scope. This initiative is critical for maintaining navigation safety and protecting coastal environments, emphasizing the importance of adhering to federal regulations and environmental stewardship throughout the construction process. Interested parties should note that the estimated construction cost ranges from $1 to $5 million, with responses due by May 4, 2025, and the project timeline indicating advertisement in June 2025 and completion by the end of 2026. For further inquiries, contact Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brian Johnson at brian.m.johnson@usace.army.mil.
UNITED STATES COAST GUARD WATER BUOY SERVICE
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified small businesses to provide water buoy services in various locations across Alaska. The contract encompasses the fabrication, installation, maintenance, and removal of navigational buoys, ensuring they are properly marked and maintained in accordance with Coast Guard specifications. This initiative is crucial for enhancing navigational safety in Alaskan waters, particularly in areas such as the Kwigillingok River, Unalakleet River, and Kotzebue Sound. Proposals are due by April 10, 2025, with the anticipated award date set for May 2025, and services expected to commence on June 1, 2025. Interested contractors can reach out to Deno Stamos at deno.a.stamos@uscg.mil or Benjamin Reedy at benjamin.r.reedy@uscg.mil for further inquiries.
NATIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT III - POOL ONE (NMACC III – Pool 1): BASE SEATTLE SLIP 36 COMPREHENSIVE ENVIRONMENTAL RESPONSE COMPENSATION AND LIABILITY ACT (CERCLA) CLEAN UP AND WATERFRONT RECAPITALIZATION PHASE 1A
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the National Multiple Award Construction Contract III - Pool One (NMACC III – Pool 1) to undertake a comprehensive environmental cleanup and waterfront recapitalization project at Base Seattle. This project, valued at approximately $190 million, involves the demolition of existing structures, upgrading utilities, dredging contaminated sediment, and constructing new facilities to support the homeporting of new USCG Polar Security Cutters. The procurement process emphasizes compliance with environmental standards and construction labor regulations, with key deadlines for proposal submissions set for non-price proposals by April 29, 2025, and price proposals by May 7, 2025. Interested parties should direct inquiries to Ms. Mathuei M. Kenneybrew at mathuei.m.kenneybrew@uscg.mil for further information.
N4425525R1504 Waterfront MACC, NAVFAC Northwest
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Northwest, is preparing to solicit proposals for a Waterfront Multiple Award Construction Contract (MACC) aimed at addressing construction needs within its area of responsibility, primarily in Washington State. This procurement will encompass a range of construction activities, including new construction, renovation, and repair of marine facilities such as piers, wharves, and docks, with a total contract value not to exceed $700 million and individual task orders ranging from $100,000 to $200 million. Interested contractors should note that the solicitation is expected to be issued in May 2025, with a two-phase proposal process and a minimum guarantee for all MACC awardees. For further inquiries, potential offerors can contact Emily Slate at emily.m.slate.civ@us.navy.mil or Nancy Coffee at nancy.coffee@navy.mil.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.