Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2023 SAM #7963
SOURCES SOUGHT

Y -- Fort Gibson Replace Spillway Bridge

Notice Date
9/14/2023 9:30:12 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV24SS01
 
Response Due
10/16/2023 12:00:00 PM
 
Archive Date
10/31/2023
 
Point of Contact
Tyler Godwin, Phone: 9186697281, Dario Rissone, Phone: 7756697109
 
E-Mail Address
tyler.l.godwin@usace.army.mil, dario.m.rissone@usace.army.mil
(tyler.l.godwin@usace.army.mil, dario.m.rissone@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS For Fort Gibson Replace Spillway Bridge Fort Gibson Lake, OK This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a contract for the Fort Gibson Replace Spillway Bridge at Fort Gibson Lake, Oklahoma. The proposed design-bid-build project will be procured as a competitive, firm-fixed price contract in accordance with FAR 15, Negotiated Procurement, using the best value trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: a. Design, construction, and establishment of temporary electrical service to provide uninterrupted operation of all existing Government facilities and structures for the duration of the contract. Temporary electrical power, for operation of existing Government equipment and facilities only (tainter gates, lights, sump pump, lake offices, etc.), will be provided from the Eufaula powerhouse and paid for by the Government. The Contractor shall provide, condition, and pay for all power/electrical service and all other utilities necessary for construction equipment and facilities. b. Design and construction of safety walkways for uninterrupted Government personnel access to all existing tainter gate controls, power systems, and platforms. Minimum design and construction requirements shall be in accordance with OSHA and EM 385-1-1. Installed system shall be designed and constructed so that personal fall protection equipment is not required to utilize the walkways; c. Construction of new bridge and appurtenances including, but not limited to, bridge pedestals, precast pretensioned girders, precast pretensioned deck panels, UHPC closure joints, haunches, and blockouts using Ultra High-Performance Concrete (UHPC), sidewalks, parapets, bearing placement, installation of expansion joints, fabrication/installation of access ladders at piers and railings; d. Construction of new electrical power/lighting systems; e. Construction of new catwalks, self-supporting torque shafts, and appurtenances; f. Construction of new waterline; g. Provide an overhead hoist system to government for equipment removal on machinery platforms, located on the piers of the dam. h. Completely clean the construction area, remove all construction equipment, facilities, and debris from Government property, and restore disturbed areas to preconstruction conditions. In accordance with FAR 36 and DFARS 236, the estimated construction price range for this project is between $25,000,000 and $100,000,000. Estimated construction duration of the project is 730 calendar days. The North American Industry Classification System code for this procurement 237310 (Highway, Street, and Bridge Construction) which has a small business size standard of $45M. The Product Service Code is: Y1LB (Highways, Roads, Streets, Bridges, and Railways) Small businesses are reminded of FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. �Large Businesses must comply with the FAR 52.219-9 by submitting a small business subcontracting plan should this action be solicited as full and open competition and an award is made to a large business firm. Prior Government contract work is not required for submitting a response to this sources sought synopsis. All construction performance must be in compliance with the USACE Safety and Health Requirements Manual (EM 385- 1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about 30 January 2023, and the estimated proposal due date will be on or about 13 March 2023, The official synopsis citing the solicitation number will be issued on http://sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: Firm�s name, address, point of contact, phone number, and e-mail address. Firm�s interest in bidding on the solicitation when it is issued. Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM CST, 16 OCT 2023 All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Tyler Godwin, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Tyler.L.Godwin@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bc1bc2852a614b1b9cf490707f6dc0ec/view)
 
Record
SN06832440-F 20230916/230914230127 (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.