SOURCES SOUGHT
Z -- Demolishing the existing public bridge and constructing a new public bridge over an active spillway at Keystone Lake in Creek County, Oklahoma.
- Notice Date
- 4/10/2012
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-12-R-0047
- Response Due
- 4/24/2012
- Archive Date
- 6/23/2012
- Point of Contact
- jonathan.nadig, 918-669-7041
- E-Mail Address
-
USACE District, Tulsa
(jonathan.nadig@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- KEYSTONE SPILLWAY BRIDGE REPLACEMENT, PHASE II - The purpose of this synopsis is to conduct market research on potential sources for a future acquisition of a construction contract to demolish the existing public bridge and construct a new public bridge over an active spillway. Complexities of this project include demolition and removal of the existing bridge structure, partial demolition and replacement of the spillway piers and construction of a new bridge structure. Demolition and construction will occur over a gated spillway with associated catwalks, machinery and equipment that will remain active and must be protected from damage. Due to the impacts of the bridge being out of service for a period of time and to quickly replace the platform for operations and maintenance, there will be a short timeframe to complete this project. This is not a request for competitive proposals or quotations. The magnitude of this project is between $5,000,000 and $10,000,000. Potential sources must submit a capability statement of no more than 4 pages in length, which addresses the following key areas: (1) TECHNICAL - Potential sources must submit a list of recent projects that demonstrate their knowledge and past experience relating to all of the varying types of work described above, particularly in the areas of bridge demolition, structurally reinforced concrete, to include pre-fabricated elements, complexity of work, management of schedule, safety, and quality control. Recent projects submitted shall demonstrate a level of complexity similar to that of this project. Individual task orders under IDIQ contracts should be listed as separate projects. Submit only current and past project and client information that is no more than five years previous and include a brief description, identify the capacity the firm worked in on the project (prime or subcontractor), the contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete - date completed, name and title of customer POC and current phone number. (2) BUSINESS SIZE - Potential sources shall identify if they are a large, small, 8(a), women-owned, Service Disabled-Veteran owned small business, and/or HUBZone. If the firm is a small business, the response to this synopsis must include how the firm will meet the Federal Acquisition Regulations (FAR) requirements for limitations in subcontracting for the proposed solicitation (or completed contracts of a similar nature and size) that states "...at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern." (3) BONDING CAPABILITY - This project will require bonds. The contractor shall submit their bonding capability per contract and aggregate. All interested parties may respond or submit statements of qualifications. This is not a request for competitive proposals or quotations. A determination by the Government not to compete this proposed contract is within the discretion of the Government. All responses are due to Pamela Moody via email Pamela.S.Moody@usace.army.mil not later than 4:00pm CST on April 24, 2012. If email is not possible, please submit to Pamela Moody 1645 S 101 E Ave, Tulsa, OK 74128. This action will be conducted under NAICS Code 237310. The size standard is $33.5 Million. Please direct all questions to US Army Engineer District, Tulsa, Attention: Ms. Pamela Moody, Contract Specialist, phone (918) 669-7457, fax: (918) 669-7495, email address: Pamela.S.Moody@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-12-R-0047/listing.html)
- Place of Performance
- Address: USACE District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Zip Code: 74128-4609
- Record
- SN02718341-W 20120412/120410235323-c455ff68bdefc7d61cc012567e70ef63 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |