Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2024 SAM #8111
SOURCES SOUGHT

Z -- Newt Graham Lock and Dam 18 Tainter Gates Replacement

Notice Date
2/9/2024 10:32:34 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV24SJL03
 
Response Due
1/11/2024 12:00:00 PM
 
Archive Date
01/26/2024
 
Point of Contact
Jon Larvick, Phone: 9186694316, Dario Rissone, Phone: 7756697109
 
E-Mail Address
jon.a.larvick@usace.army.mil, dario.m.rissone@usace.army.mil
(jon.a.larvick@usace.army.mil, dario.m.rissone@usace.army.mil)
 
Description
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 replacement of tainter gates 1, 2, and 3 at the Newt Graham Lock and Dam 18 located outside of Inola, OK (Wagoner County).� The proposed project will be a competitive, firm-fixed-price contract procured in accordance with FAR 15, Negotiated Procurement, using the 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-Zones), 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), HUB-Zone, SDVOSB, and WOSB businesses are highly encouraged to participate.� The Government is seeking qualified, experienced sources capable of performing tainter gate replacements.� Additionally, the Government is seeking qualified, experienced sources capable of performing tainter gate repairs.� The gate replacement work consists of the removal of the existing Tainter gates 1, 2 and 3; the off-site fabrication of new Tainter gates, and the delivery and�installation of the new Tainter gates at the Newt Graham Lock & Dam (Wagoner County, OK).��The newly fabricated Tainter gates will be 60-ft x 27-ft and are expected to weigh approximate 181,000 lbs. The work includes, but is not limited to:� (a) Removal and disposal of the existing Tainter gates from the trunnion�yoke; (b)�Off-site fabrication, painting, delivery, and installation of the new�gates including all associated seals, wire ropes, and accessories as�described in the Specifications and Drawings; and (c)�Trial operation and skin plate watertightness testing.��Existing dimensions, elevations, and site conditions must be verified prior to starting the work.��The gate repair work includes the repair and painting, partial replacement of damaged Tainter gates, and all related incidental work. The work�includes, but is not limited to: (a)�Brush-off and blast the entire gate structures, and inspect and identify the damaged gate members and ancillary supports and assemblies. Write a detailed Gate Inspection Report; (b) Remove the existing knee bracing; (c)�Partial removal and replacement of gate ribs; (d)�Repair all cracked welds as shown in the Specifications and Drawings; (e)�Blasting and painting the entire gate structures; (f)�Removal and reattachment of existing wire rope assemblies and associated fittings, and proper re-tensioning of wire ropes within the specified tolerances; and (g)�Removal and replacement of all gaskets, seals and fasteners.��The new and existing assemblies will be designed and analyzed for the�loading conditions in EM 1110-2-2107, Design of Hydraulic Steel Structures. The existing mechanical/gate lifting systems will be utilized with any required upgrades to the electrical system to provide a robust and reliable operating system. In accordance with DFAR 236.204, the estimated magnitude of construction for this project is between $10,000,000 and $25,000,000 and the estimated duration of the construction phase for the proposed base contract (replacement of 1 of the 3 tainter gates) is 730 days. Max period of performance (proposed options for remaining 2 tainter gate replacement) is 1460 days.� This base period and options may change when solicitation is released. The North American Industry Classification System (NAICS) code for this procurement is 237990, which has a small business size standard of $45M. Small Businesses are reminded under FAR 52.219-14 (deviation 2019-O0003), Limitations on Subcontracting that a 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.� Should the acquisition be set-asied for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA.� Prior government contract work is not required for submitting a response under this sources sought synopsis. The anticipated solicitation date is on or about 3 June 2024 and the proposed due date will be on or about 17 July 2024.� The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite firms to register electronically to receive a copy of the solicitation when it is issued. Interested firms' responses to this synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm's name, address, point of contact, phone number, e-mail address and business CAGE and UEI code. 2.� Firm's interest in bidding on the solicitation when it is issued. 3.� Firm's capability to perform a contract of this magnitude and complexity.� Include the firm's capability to execute construction to include both tainter gate replacement and tainter gate repairs.� Provide comparable work within the past 5 years.� Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project.� Provide at least 3 examples. 4.� Firm's Business Size -- LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5.� Firm's Joint Ventures (existing), including Mentor Proteges and teaming arrangement information is acceptable. 6.� Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested firms shall respond to this sources sought synopsis no later than 2:00pm CT, 11 January 2024.� All interested firms must be registered in SAM to be eligible for award of government contracts.� Email your response to Jon A. Larvick, U.S. Army Corps of Engineers at jon.a.larvick@usace.army.mil.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3075edc960144164aad63b37cdff3551/view)
 
Place of Performance
Address: Inola, OK 74036, USA
Zip Code: 74036
Country: USA
 
Record
SN06962023-F 20240211/240209230056 (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.