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
    Description

    The Department of Defense, specifically 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 the existing breakwaters, which have exceeded their operational lifespan, and replace them with new reinforced concrete structures designed to withstand harsh marine conditions. This initiative is crucial for enhancing coastal infrastructure resilience and safety, ensuring compliance with federal, state, and local regulations throughout the construction process. Interested contractors must submit their proposals by April 22, 2025, with an estimated project value between $25 million and $100 million. For further inquiries, contact Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document KET005 is an amendment to a solicitation for the replacement of a concrete floating breakwater at Bar Point Harbor, Ketchikan, Alaska. Key changes include an extended proposal due date, updated wage determinations, and revisions to concrete performance requirements. The amendment underscores essential quality control measures, particularly regarding manufacturer qualifications and performance expectations for the floating breakwater system, which must withstand significant environmental pressures, including high wave and wind loads. Contractors are mandated to provide detailed design calculations, construction plans, and shop drawings for government approval. The specifications emphasize the need for durable materials and construction practices ensuring a minimum service life of 50 years with minor maintenance requirements, considering the harsh marine environment. The document also specifies necessary anchoring systems and outlines strict adherence to safety and environmental standards throughout the project lifecycle, reflecting the rigorous compliance expected in federal government contracts. This comprehensive approach highlights the government's commitment to infrastructure resilience and quality in public works projects.
    The document is an amendment to a federal solicitation related to wage determination updates for construction contracts. Specifically, it updates section 00 73 46 concerning wage determinations in Alaska, highlighting changes in minimum wage rates mandated by Executive Orders, which affect contracts subject to the Davis-Bacon Act. The amendment particularly notes wage rates effective for general construction and various specialized labor categories, including electricians, carpenters, and laborers, with detailed classifications and associated pay rates based on geographic location. Key changes include the establishment of wage rates that contractors must adhere to beginning in 2025, reinforcing compliance with federal wage standards and ensuring workers are compensated according to prevailing rates. The amendment serves as a crucial notification for contractors involved in federal projects, specifying necessary actions for acknowledgment of the amendment and offering procedures for compliance. This reflects the federal government's commitment to upholding labor standards, ensuring fair compensation, and facilitating the efficient execution of federally funded construction projects. Overall, the document is structured to provide clear guidelines on wage requirements under relevant federal acts, facilitating transparency and accountability in contracting processes.
    Similar Opportunities
    Dana Point West Breakwater Repair Project
    Dept Of Defense
    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 should note that the tentative issue date for the Invitation for Bid is December 16, 2025, with a bid opening scheduled for January 19, 2026; inquiries can be directed to Ashley Powell or Patricia B Bonilla via their provided emails.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract requires the contractor to perform maintenance dredging, manage the placement of dredged materials at a designated open-water site, and conduct pre- and post-dredge surveys, ensuring compliance with all applicable federal, state, and local regulations. The project is critical for maintaining navigability and safety in the harbor, and the contract will be awarded as a firm-fixed price, with construction wage rates applicable. Interested contractors should reach out to Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details.
    Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for the Manele Small Boat Harbor Breakwater Repair project in Lanai, Hawaii. The project involves maintenance repairs of the rubble mound breakwater, including resetting existing stones and providing new stones as needed, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for maintaining coastal infrastructure and ensuring safe navigation in the area. Interested contractors must submit their qualifications and relevant experience by December 24, 2025, at 2:00 p.m. Hawaii Standard Time, to the designated contacts, Christie Lee and Jennifer Ko, via email.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is preparing to solicit bids for the maintenance dredging of Homer Harbor and Ninilchik Harbor in Alaska for the years 2026 to 2028. The project involves performing maintenance dredging, placement of dredged materials, and conducting pre- and post-dredge surveys, requiring the contractor to provide all necessary labor, equipment, and materials. This maintenance work is crucial for ensuring navigability and safety in these harbors, which are vital for local maritime activities. Interested contractors should note that the solicitation will be available online on or after December 15, 2025, with an estimated contract award date in February 2026, and must be registered in SAM.gov to be eligible for bidding. For further inquiries, contact Melanie DePuy at melanie.depuy@usace.army.mil or Jennifer Gosh at jennifer.gosh@usace.army.mil.
    Lorain Harbor West Breakwater Repair Phase II
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the repair and rehabilitation of the Lorain Harbor West Breakwater in Lorain, Ohio. This project aims to restore the structural integrity of the breakwater, which is vital for harbor protection and safe navigation, having suffered significant deterioration due to age and environmental factors. The contract will be a Firm-Fixed-Price (FFP) type, with an estimated value between $10 million and $25 million, and is set aside exclusively for small businesses. Interested parties should note that the solicitation is expected to be issued around December 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Andrew Hewitt at andrew.b.hewitt@usace.army.mil or call 716-339-3307.
    NPS Beach Channel Drive Bulkhead
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    W912PL26BA001 - Dana Point Breakwater Repair
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the complete repair of the west breakwater at Dana Point Harbor, California. The project involves replacing approximately 3,500 tons of displaced armor stone and resetting existing stone to ensure proper interlocking, along with the potential dredging of about 45,000 cubic yards of sediment for access, which will be used for nearshore nourishment at Doheny State Beach. This repair is crucial for maintaining the structural integrity of the harbor and supporting local marine environments. Interested contractors can reach out to Ashley Powell at ashley.s.powell@usace.army.mil or call 213-452-3241 for further details, and attendance at the project site visit is strongly encouraged.
    Oswego Breakwater
    Dept Of Defense
    The Department of Defense, through the Department of the Army's W072 Endist Buffalo office, is preparing to solicit bids for the construction project at Oswego Breakwater Harbors. This presolicitation notice indicates that the upcoming solicitation will focus on the construction of non-building facilities, categorized under the NAICS code 237990. The project is significant for maintaining and enhancing the harbor infrastructure, which is crucial for navigation and safety in the area. Interested contractors can reach out to Walter Kamad at Walter.Kamad@usace.army.mil or call 716-879-4134 for further information, with the solicitation expected to be posted in the coming weeks.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.