Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2025 SAM #8619
SOLICITATION NOTICE

Y -- W9127N25BA010 Rogue River South Jetty Partial Repair 2025

Notice Date
6/30/2025 9:52:56 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N25BA010
 
Response Due
7/15/2025 3:00:00 PM
 
Archive Date
08/30/2025
 
Point of Contact
Brian Johnson, Phone: 5039958330, Christopher Burroughs
 
E-Mail Address
brian.m.johnson@usace.army.mil, christopher.d.burroughs@usace.army.mil
(brian.m.johnson@usace.army.mil, christopher.d.burroughs@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineer (USACE) Portland District intends to solicit construction firms who are interested in submitting a competitive firm-fixed-price proposal for this project. This PRESOLICITATION announcement is for the construction/modification of the Rogue River South Jetty located at the mouth of Rogue River at Gold Beach, Curry County, Oregon. Project Scope: The project is located on the Southern Oregon Coast at the inlet to Rogue River in Gold Beach, Curry County, Oregon. The project consists of procurement, delivery, and placement of jetty armor stone between stations 7+10 and 11+40. The mandatory work includes toe and side slope repairs to address a channel-side damage zone from station 8+50 to 9+50 with a 50-foot buffer on either side of the work area for a total construction length of approximately 200 ft. Optional repairs include an additional 90 ft of reconstruction on the channel side of the jetty from station 7+60 to 8+50 and 140 ft of reconstruction on the ocean side of the jetty from station 9+50 to 10+90. The 50-foot buffer will be adjusted to start at the ending station on each side of the full repair area, depending on whether optional work is exercised. Due to apparent instability of the core and lack of interlocking on the south side of the cross-section, rework and/or reconstruction of the full cross-section may be needed along at least a partial length of the mandatory repair zone. To accomplish that effectively, the toe of the jetty on the south side may need to be excavated and the stone/cross-section reset. Design stone W50 is 18 tons, with a minimum density of 170 pcf. Acquisition Strategy: The solicitation will be an Invitation for Bid (IFB). The lowest price and pricing factors only will be used to evaluate proposals. The Government will include options in the IFB which shall be priced. This acquisition will result in a single fixed-price contract. Magnitude of Construction: The estimated cost of the project is between $1,000,000.00 and $5,000,000.00 (Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude). Set Asides and Codes: This is a Total Small Business Set-Aside. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990 � �Other Heavy and Civil Engineering Construction�. The related size standard is $45.0 million. The PSC is Y1KZ Construction of other Conservations and Development Facilities. Bid Procedures: The solicitation will be posted on SAM.gov website once it is issued. Firms are requested to register electronically to receive a copy of the solicitation when it is issued. Bid Period: The solicitation is tentatively scheduled for release on or about 15 July 2025. The tentative date for receipt of proposals is on or about 29 August 2025. Plans and Specifications: The Plans and Specifications will also be posted on beta.SAM.gov website once it is issued. System for Award Management (SAM): Offerors must register in the SAM at https://www.sam.gov/portal/public/SAM/ prior to submission of bids and prior to receiving an award. Point of Contact: The USACE-NWP Contracting Office will be the sole point of contact for this action. E-mail responses to the Primary Point of Contact, Brian Johnson at brian.m.johnson@usace.army.mil. E-mail is the preferred method for receiving responses to this pre-solicitation notice. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON SAM.gov ON OR ABOUT 15 July 2025. THIS NOTICE IS NOT AN INVITATION FOR BIDS, AND ANY BIDS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/086a47b0a0dd4846a72321c2aad06c37/view)
 
Place of Performance
Address: Gold Beach, OR, USA
Country: USA
 
Record
SN07493541-F 20250702/250630230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.