SOURCES SOUGHT
Y -- Broken Bow Lake Gate Closure Structure
- Notice Date
- 6/22/2020 2:15:50 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV20R0063
- Response Due
- 7/7/2020 12:00:00 PM
- Archive Date
- 07/22/2020
- Point of Contact
- Brian Welch, Phone: 4058692617, Gene Snyman, Phone: 9186697010
- E-Mail Address
-
brian.welch@usace.army.mil, gene.snyman@usace.army.mil
(brian.welch@usace.army.mil, gene.snyman@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 for solicitation number W912BV20R0063.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa District has been tasked to solicit for and award a total turn-key construction contract for a bulkhead assembly at Broken Bow Lake in Broken Bow, Oklahoma.� 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 for the construction of a bulkhead assembly used to block water from flowing through the Tainter gate bays while they are being serviced or inspected. The bulkhead assembly is comprised of seven (7) individual 51-foot long, built-up box segments (four flat steel plates welded together at the corners), which are assembled in the reservoir to create a single bulkhead. The assembled floating bulkhead will be ballasted with water using mechanical pumps on an equipment skid and rotated to a vertical orientation for placement against the Tainter gate piers. Bulkhead segment deployment, assembly, operation and retrieval will be completed by Army Corps of Engineers personnel. The bulkhead segment include construction and assembly of the mechanical equipment skid, and the procurement and placement of two (2) dry shipping containers, which are approximately 20-foot and 40-foot long. The project also involves the construction of a storage facility east of the Broken Bow powerhouse, as well as a crane pad construction at the Deer Drive boat ramp for bulkhead launch and recovery. The storage facility will consist of a 60-foot by 80-foot metal storage shelter with mechanical devices for handling the bulkhead segments and two (2) reinforced concrete support walls for storing the bulkhead segments. Construction of the storage facility will also require sanitary sewer relocation, site grading and access drive construction. The crane pad will be constructed of rock fill placed adjacent to the boat ramp to provide a level surface for the Army Corps crane to receive delivery of the bulkhead segments from a low-bed transport trailer. The project site for the new storage facility is located approximately 0.1 mile east of the Broken Bow powerhouse at 4905 OK-259A in Broken Bow, OK. The bulkhead assembly will be delivered to the new storage facility. The project site for the crane pad is located at the Deer Drive boat ramp in Hochatown State Park. In accordance with FAR 36.204, the magnitude of construction project range for this project is between $1,000,000 and $5,000,000. Estimated duration of the project is 450 calendar days. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $39.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� 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 is on or about 20 July 2020, and the estimated proposal due date will be on or about 20 August 2020. The official synopsis citing the solicitation number W912BV20R0063 will be issued on BetaSam.gov inviting firms 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: Firm�s name, address, point of contact, phone number, and e-mail address. Firm�s interest in bidding on the solicitation when it is issued. 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: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 3 examples. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM CST, 07 July 2020.� All interested firms must be registered in�CCR to be eligible for award of Government contracts. �Mail, fax or email your response to Brian Welch, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Brian.Welch@usace.amy.mil. Fax: 918-669-7436. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ea1b576c53e94242adff78f77ad07218/view)
- Place of Performance
- Address: Broken Bow, OK 74728, USA
- Zip Code: 74728
- Country: USA
- Zip Code: 74728
- Record
- SN05699367-F 20200624/200623042719 (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 |