Webbers Falls Rehabilitate Tainter Gates
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 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 for solicitation number W912BV19R0033. Respondents will be notified of the results of the evaluation upon receipt. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a contract to rehabilitate the tainter gates and associated items at Webbers Falls. The proposed project will be a competitive, firm-fixed price, design-bid-build 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-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 business, 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: This project will be a total turn-key contract with all work being performed by the contractor to rehabilitate the tainter gates and associated items at Webbers Falls. The contractor shall provide all plant, materials, equipment, labor, instruments, tools, subcontractors, supervision, management, and travel necessary to complete all the work in accordance with this summary of work, the design drawings, the specifications, and all other contract documents and requirements. The Government will be responsible for the setting of stoplogs. The general scope of work for this project includes, but is not limited to: 1) Work to be performed on Gates 1, 2, 11 and 12 as identified by USACE Tulsa. 2) Brush-off blast of entire gate, inspection of damaged gate members, and provide gate inspection report; 3) Removal and replacement of diagonal members identified by USACE Tulsa; 4) Removal and replacement of ribs identified by USACE Tulsa; 5) Removal and replacement of skin plate sections identified by USACE Tulsa; 6) Surface repair of primary members (girders) as specified by USACE Tulsa; 7) Removal and replacement of stiffener plates identified by USACE Tulsa; 8) Addition/modification of drain holes as indicated by USACE Tulsa; 9) White metal blasting and painting (5-E-Z System) of entire gates; 10) Removal and reattachment of existing wire rope assemblies and associated fittings and proper re-tensioning of wire ropes within specified tolerances; 11) Rehabilitation of hitch blocks with removal and replacement of hardware; 12) Removal and replacement of side and bottom seals assemblies and adjustment within specified tolerances; and 13) Removal and replacement of trunnion hydraulic lubrication tubing and fittings. In accordance with FAR 36.204, the estimated magnitude of construction for this project is: Between $5,000,000 and $10,000,000. Estimated duration of the project is 360 calendar days. The North American Industry Classification System code for this procurement is 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 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, as determined by the Small Business Administration, where the work is to be performed. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 25 July 2019, and the estimated proposal due date will be on or about 26 August 2019. The official synopsis citing solicitation number W912BV19R0033 will be issued on Federal Business Opportunities www.fbo.gov: firms are invited 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: 1) Firm's name, address, point of contact, phone number, and e-mail address. 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: a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples if possible. 4) Firm's business size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5) Firm's joint ventures (existing), including Mentor Protégés and teaming arrangement information. 6) Firm's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from the firm's intended bonding company. Interested firms shall respond to this Sources Sought Synopsis no later than 2:00PM CST, 8 April 2019. All interested firms must be registered in System for Award Management (SAM at www.sam.gov) to be eligible for award of Government contracts. Email your response to Julie Hill, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: julie.s.hill@usace.army.mil, and carbon copy Mr. Gene Snyman, Tulsa District Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE MANDATORY METHOD TO SUBMIT A RESPONSE.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »