SOURCES SOUGHT
99 -- Sam Rayburn Switchyard
- Notice Date
- 12/2/2025 6:01:03 AM
- Notice Type
- Sources Sought
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV26SS002
- Response Due
- 12/17/2025 12:00:00 PM
- Archive Date
- 01/01/2026
- Point of Contact
- Tyler Godwin, Phone: 9186697281, Dario Rissone, Phone: 9186697109
- 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)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT Sam Rayburn Switchyard Sam Rayburn, Texas 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 Sam Rayburn Switchyard, Texas. 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. Government anticipates staged construction where the contractor shall repair and associated items including all related incidental work at, Sam Rayburn Switchyard, Texas. This project will be a total turn-key contract with all work being performed by the Contractor e. Detailed requirements of the work to be performed by the Contractor will be provided in the specification�s sections, drawings, contract clauses, and other contract. The Government will provide no materials or equipment. Project Description Sam Rayburn Dam is located 70 miles north of Beaumont, Texas and provides flood control to the Angelina and Neches River basins in Southeast Texas (including Beaumont and Port Arthur), and supplies water to the Lower Neches Valley. The scope of this project involves repairing the transmission tower foundations that have been structurally compromised due to chemical attack over their lifetime which is approaching 60 years. An integral shoring system will be installed to allow the damaged foundation concrete to be removed and replaced. The shoring system is designed to say in place and add additional structural integrity to the repaired foundations. The Current (DRAFT) Scope of Work includes the following: The work includes removal of gravel and fill 22 inches below each pedestal, clean (sand blast, needle scaler, or equivalent) pedestals to prepare surfaces for application of gel epoxy, scanning pedestals to locate reinforcing bar locations, and sawcut around the cap of the pedestals. This effort is to include all associated works required and described within this Contract package. The work includes fabrication and installation of galvanized steel shoring braces to provide support for approximately 21 tower legs to allow for foundation repairs. These tower leg shoring systems will remain in place. Remove deteriorated concrete using pneumatic breakers (chippers), prepare surfaces for application of bonding epoxy, place new concrete, and apply protective sealant. This effort is to include all associated works required and described within this Contract package. The work includes Pressure washing and sealing approximately 23 foundations that do not require shoring and installing galvanized shims to replace compromised grout. This effort is to include all associated works required and described within this Contract package. The work includes replacement of approximately seven 8-inch bus support poles. This effort is to include all associated works required and described within this Contract package. The work will be performed in phases within an energized switchyard with line outages as required. In accordance with FAR 36.204, the estimated magnitude of construction for this project is less than $1,000,000.00. Estimated duration of the construction phase of this project is 365 days (subject to change). The North American Industry Classification System code for this procurement is 237990, which has a small business size standard of $45,000,000. 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-aside 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. Anticipated solicitation issuance date around May 2026 and the estimated proposal due date will be around April 2025. 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 Code 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 firm�s capability to execute construction, comparable work performed 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. 6. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7. 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 CST, 20 November 2025. All interested firms must be registered in SAM to be eligible for award of government contracts. Mail, fax or email your response to Tyler Hastings, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: tyler.a.hastings@usace.army.mil. Phone: 918-669-4396. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/85f5f63bc630440e9cccd449424f1e41/view)
- Record
- SN07655777-F 20251204/251202230043 (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 |