Inactive
Notice ID:W912BV24RCR03
SOURCES SOUGHT FOR TEMPORARY WALL REPLACEMENT AT DENISON POWERHOUSE, DENISON, TEXAS This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition ...
SOURCES SOUGHT FOR TEMPORARY WALL REPLACEMENT AT DENISON POWERHOUSE, DENISON, TEXAS This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. Respondents will be notified upon request following the sources sought evaluation results. The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) is conducting market research for anticipated Design-Build contract and intends to solicit proposals on or about April 2024. The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research. The Denison Powerhouse is located on the Red River, five miles north of Denison, Texas. The project began commercial operation in 1945. Turbine replacement work was completed on both units in 2022. The project contains two 49,500 kilowatt (kW) units with a total rated generating capacity of 99,000kW. The powerhouse produces an estimated average annual energy amount of 219,000,000 kilowatt-hours. The wall located on the north side of the powerhouse is constructed of timber trusses and was intended to be temporary, allowing for the possible expansion of the powerhouse. The wall is more than 75 years old and is deteriorating. Water leakage through the seals between panel joints has caused the sheathing and structural timbers to rot in many places. Several asbestos cementitious panels have blown off in recent years and were replaced. Efforts to prevent water from seeping into the powerhouse include treating timbers with hardener and sealing panel joints; however, these measures are not an effective long-term solution. This work includes replacement of the temporary wall into a permanent structure. The necessary structural framing may determine the layout of the permanent wall. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, and relevant experience of all business size standards to provide construction for work assigned to USACE Southwest Division (SWD) as well as USACE national initiatives, international, & interagency support. The Government must ensure there is adequate interest and competition among the potential pool of responsible firms. Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB) Concern, and Large Businesses are highly encouraged to respond to this sources sought. The total contract capacity is estimated between $1,000,000.00 and $5,000,000.00. The North American Industrial Classification System (NAICS) Code for this procurement is 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $45M. Small Business firms are reminded under FAR 52.219-14(e)(4), Limitations on Subcontracting, that at least 15 percent of the cost of contract performance incurred for personnel shall be expended for employees of a similar concern. Small Businesses are reminded under FAR 52.219-14, 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. 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. Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. Contractors responding to this Sources Sought must provide an Experience/Capabilities Statement (not to exceed 5 pages). EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: 1. The Experience/Capabilities Statement is limited to 5 pages and shall be submitted in PDF format with the following file name convention: ACME_SS W912BV24RCR03_EXP STATEMENT. 2. Provide Firm's name, address, point of contact, phone number, e-mail address and business CAGE Code, as well as Unique Entity Identifier (UEI). 3. Provide any general information on the Firm's Experience/Capabilities as they pertain to wall replacement into a permanent structure construction and self-performance requirements. 4. Provide the Firm's Teaming Arrangement, Joint Venture and/or Mentor-Protege information, as applicable. 5. Provide up to three examples of construction projects performed within the past 3 years relevant to this Sources Sought. Include the customer agency/installation name, project title, project location, contract number, project description, construction contract amount, and period of performance for each example project provided. If proposing as a Teaming Arrangement, Joint Venture and/or Mentor-Protégé, the three examples provided must be submitted as a team and not as separate firms. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Cheyenne Redemann at Cheyenne.A.Redemann@usace.army.mil; phone number (918) 669-7073. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to Cheyenne.A.Redemann@usace.army.mil. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 12 March 2024 at 1100 CDT. Place of Contract Performance: Denison Powerhouse, Denison, Texas