Dock and Marine Infrastructure Repairs at False Island: Tongass NF
ID: 12048924R0048Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC NWWashington, DC, 202500001, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the repair of the floating dock facility at False Island, located in the Tongass National Forest, Sitka Ranger District, Alaska. The project involves critical rehabilitation tasks including improvements to the dock, gangway, trestle, and abutment, with an emphasis on safety upgrades and compliance with federal regulations, particularly the Davis-Bacon Act. This infrastructure is vital for the operational efficiency of the Forest Service and recreational access for boaters in Southeast Alaska. Interested contractors should note that the project budget is estimated between $250,000 and $500,000, with all questions due by September 9, 2024, and proposals to be submitted in accordance with the specified timelines. For further inquiries, contact Kevin Flores at Kevin.Flores@usda.gov or Jason Tanamor at Jason.Tanamor@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document is a solicitation for contractor services related to repairs at the False Island Remote Dock, managed by the USDA Forest Service in Sitka, Alaska. The primary objective is to secure services for various infrastructural repairs, including piling repair, safety upgrades, and equipment replacement, targeting the facility used by US Forest Service personnel and recreational users. The project falls within a budget range of $250,000 to $500,000. The document outlines various tasks requiring attention, such as installation of emergency ladders, replacement of dock components, and painting work. Specific deliverable timelines are established, expecting the contractor to commence work within 10 days after receiving the notice to proceed. It delineates the contractor's obligations, including provisions for performance and payment bonds, and emphasizes compliance with various federal and local regulations. The contracting process involves submitting sealed bids, and all proposals must adhere to stipulated timelines for public opening. The document also highlights technical specifications, project background, and requirements for safety plans and project scheduling. Overall, this solicitation exemplifies the federal government's structured procurement approach for public infrastructure repair projects, ensuring quality, compliance, and effective resource deployment.
    The document outlines the technical specifications and requirements for the GAOA Tongass Docks and Marine Infrastructure Repairs project, specifically focusing on the rehabilitation of the False Island Remote Dock in the Tongass National Forest. It includes procurement and contracting guidelines, general work requirements, and a comprehensive summary of the work to be performed. Key tasks involve improvements to the dock, gangway, trestle, and abutment, emphasizing the contractor's responsibility for quality control, compliance with the Davis Bacon Act, and adherence to federal regulations. The construction progress schedule necessitates coordination among various stakeholders, and contractors must submit regular updates, daily reports, and requests for information (RFIs) as needed, ensuring efficient project management. Payment methods are tied to progress measured against the schedule, with detailed specifications regarding measurement and payment terms established. Overall, the document serves to guide contractors in executing the project while emphasizing compliance with safety, quality, and fiscal responsibilities, reflecting its overarching aim of enhancing infrastructure for use by the US Forest Service and recreational boaters in Southeast Alaska.
    The document outlines the GAOA Docks & Marine Infrastructure Repairs project for False Island Remote Docks in the Tongass National Forest, Sitka Ranger District, aimed at addressing structural deficiencies. It details the design specifications and various components of the dock structure, including materials like steel and timber as well as dimensions for elements such as dock planks, gangways, and trestles. Significant deficiencies identified include loose and deteriorated deck planks, missing pile caps, corrosion of framing hardware, and uncoated foam floats. Proposed solutions involve either complete removal and replacement of faulty components or targeted repairs to restore functionality. This initiative underscores the federal commitment to maintaining and improving critical infrastructure in remote forest areas, ensuring safety, durability, and compliance with relevant standards, reflective of broader federal RFPs and grants for infrastructure support. The project is crucial for sustaining marine access and operational efficiency in environmentally sensitive locations.
    The United States Department of Agriculture (USDA) commissioned a marine inspection of the False Island Remote Dock in Southeast Alaska, conducted by CONSOR Engineers, LLC, on April 12, 2021. The inspection aimed to evaluate the dock's structural condition, assess rehabilitation needs, and facilitate future repair initiatives. Key findings indicated that the facility is generally in fair condition, with specific concerns like moderate shell peeling on timber piles, notable corrosion in various areas, and the absence of a safety ladder. The report classified deficiencies with ratings from satisfactory to poor, suggesting urgent repairs for key elements such as the gangway, abutment, and finger dock connections, which are essential for safety and structural integrity. Comprehensive repair recommendations were provided, prioritizing high-risk issues like inadequate safety measures and significant corrosion, emphasizing the need for immediate action to mitigate safety hazards and support continued use by Forest Service personnel and recreational boaters. Overall, the findings serve to inform future funding and grant applications targeting necessary infrastructure improvements within national forest facilities.
    The document provides a federal wage determination for construction projects in Alaska, citing minimum pay rates applicable under the Davis-Bacon Act for various building and heavy construction classifications. Effective from June 14, 2024, the determination specifies wage rates for numerous trades, including laborers, electricians, and specialty workers, distinguishing between different geographic regions. Key highlights include the stipulation that workers covered by Executive Orders must receive at least $17.20 per hour or the specified equivalent if higher. The document outlines the classification structure, with detailed wage rates and fringe benefits for each trade, emphasizing the adherence to established labor standards and grievances process. It reinforces the federal government’s commitment to ensuring fair compensation for construction labor, while maintaining compliance with labor laws and local industry standards. Overall, the document serves as a critical reference for contractors engaged in federally funded projects in Alaska, delineating their obligations regarding employee wages and classifications.
    The document consists of a series of questions and answers regarding a government solicitation for the rehabilitation of the False Island Remote Docks. The central purpose is to clarify various aspects of the project’s specifications, including the extent and nature of the work required on the docks. Key points include the intent to rehabilitate rather than entirely replace the docks, the specifics of installing FRP jackets on pilings, and clarifications on replacing dock sections and related hardware. Important details include the corrections to unit descriptions and specifications related to both the Main and Finger Docks, such as replacing 400 SQFT of dock sections and addressing mooring hardware repairs. Furthermore, the document indicates which docks are involved in specific tasks, such as the replacement of flotation foam, and outlines additional needs that may arise in future modifications. The reference to an inspection report provides background on deterioration and necessary repairs, suggesting a meticulous approach to restoring dock functionality and safety. Overall, these clarifications serve to guide contractors in accurately bidding and executing the project in compliance with detailed specifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    Floating Breakwater Replacement, Bar Point Harbor, Ketchikan, Alaska
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research 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 lifespan, and replace them with new reinforced concrete float-type breakwaters, ensuring compliance with all applicable regulations and standards. This procurement is significant for maintaining the harbor's protection and is estimated to have a construction value between $25 million and $100 million, with a firm-fixed price contract anticipated to be awarded in April 2025. Interested firms must submit their capabilities packages by October 15, 2024, to Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil.
    Intent to Sole Source for Mark Twain NF Wild Boar Hollow Boat Dock Replacement
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the replacement of the Wild Boar Hollow boat dock in the Mark Twain National Forest, located in Potosi, Missouri. The project entails detaching and removing the existing dock, followed by the installation of a new 12'x24' ADA-compliant floating dock, which must meet specific safety and environmental standards. This initiative is crucial for enhancing recreational facilities within the national forest, ensuring accessibility for all visitors. Interested contractors should contact Rashad Qaasim at rashad.qaasimii@usda.gov, with the performance period set from August 15, 2024, to August 14, 2025, and a completion deadline for the dock installation by December 31, 2024.
    Z--FOSU 318708-322870 Replace Fort Sumter and Fort Mo
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of docks at Fort Sumter and Fort Moultrie, as well as the rehabilitation of Liberty Square Pier in Charleston, South Carolina. The project aims to enhance visitor access and safety by demolishing existing structures and constructing compliant new docks, while adhering to historical preservation standards and environmental regulations. This initiative is critical for maintaining operational capacity at these national monuments, which are significant for both historical and ecological reasons. Interested contractors should contact Brenda Smith at brendasmith@nps.gov or call 720-315-2035 for further details, with proposals expected to be submitted by the specified deadlines, and the estimated construction cost exceeding $10 million.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Tie-Johnson Fence
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Tie-Johnson Fence project located in the Wisdom Ranger District of the Beaverhead-Deerlodge National Forest in Montana. The contract requires the removal of existing fencing and the construction of a new 4-wire fence, including the clearing of brush and debris along the fence line, with a performance period set from June 1, 2025, to September 30, 2025. This project is crucial for managing and rehabilitating natural resources, ensuring wildlife-friendly fencing, and maintaining the integrity of the forest ecosystem. The estimated contract value ranges between $100,000 and $250,000, and interested contractors must submit their proposals within 10 calendar days following the award notification. For further inquiries, contact Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Meadow Creek Fence and Eagle Rock Ranck Habitat Improvement Fence
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is soliciting proposals for the construction and improvement of wildlife-friendly fencing in the Beaverhead-Deerlodge National Forest, specifically at the Wisdom Ranger District in Montana. The project entails the removal of existing fencing and the installation of new 4-wire fences, including associated braces and gates, while also requiring the clearing of brush and debris to facilitate construction. This initiative is crucial for enhancing habitat conditions and ensuring compliance with federal regulations, particularly concerning environmental considerations and noxious weed control. The contract is estimated to be valued between $100,000 and $250,000, with a performance period expected to commence in June 2025 and conclude by September 2025. Interested contractors can direct inquiries to Alisha Knaub at alisha.knaub@usda.gov or by phone at 406-438-2981.
    Concrete Walkway
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors for the construction of a new concrete walkway, approximately 300 linear feet, at the ASTI MEB building in Anchorage, Alaska. The project requires adherence to the provided Statement of Work (SOW) and compliance with federal regulations, including safety and environmental standards, with a budget estimated between $25,000 and $50,000, exclusively set aside for small businesses. This initiative is part of the FAA's commitment to enhancing infrastructure for air traffic safety and functionality. Proposals are due via email by October 7, 2024, with a site visit scheduled for September 17, 2024, and all inquiries should be directed to Haylee Hildebrand at haylee.p.hildebrand@faa.gov.
    Timber Cruise - Wildcat DxP
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for timber cruising services at the Okanogan-Wenatchee National Forest, under the project titled "Timber Cruise - Wildcat DxP." The procurement aims to conduct a comprehensive timber cruise covering approximately 500 acres to assess tree species and gather data in accordance with USDA standards, with a focus on maintaining ecological balance and sustainable forestry practices. This opportunity is critical for effective forest management and resource stewardship, ensuring compliance with federal regulations and labor standards, including wage determinations that mandate a minimum wage of $17.20 per hour for workers involved in the project. Interested contractors must submit their proposals, including a technical and price proposal, by the specified deadlines, and can contact Darnell Williams at Darnell.Williams@usda.gov or 458-212-6091 for further information.
    IX527 Barge Overhaul Sources Sought Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking potential contractors for the IX527 Barge Overhaul, as outlined in a Sources Sought Notice. The project involves comprehensive work on the IX527 Barge, a specialized research asset permanently moored in Alaska, which includes dry docking, structural modifications, painting, piping and electrical system repairs, and safety upgrades, with availability scheduled from May 26 to July 6, 2025. This initiative aims to engage small businesses, including Service-Disabled Veteran-Owned, HUBZone, and Section 8(a) firms, to assess the feasibility of a set-aside acquisition while ensuring alignment with project requirements. Interested parties must submit their responses by September 23, 2024, and can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or 757-469-6784 for further information.