Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2022 SAM #7385
SOURCES SOUGHT

Z -- R.S. KERR DAM TAINTER GATES REHABILITATION AND REPAIRS - SALLISAW, OKLAHOMA

Notice Date
2/16/2022 11:21:26 AM
 
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
W912BV-22-S-0802
 
Response Due
3/17/2022 12:00:00 PM
 
Point of Contact
Daniel K Jernigan, Phone: 9186697483, Rudolfo J. Morales, Phone: 9186697275
 
E-Mail Address
daniel.k.jernigan@usace.army.mil, rudolfo.morales@usace.army.mil
(daniel.k.jernigan@usace.army.mil, rudolfo.morales@usace.army.mil)
 
Description
Amended to update location of project to Sallisaw, Oklahoma. Orginal Notice -� 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 the rehabilitation and repairs of K.S. Kerr Dam Tainter Gates 11-15, located in Mayes County, Oklahoma. The proposed project will be a competitive, firm-fixed price 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 businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing rehabilitation, repair, partial replacement, and painting of specified tainter gates, and incidental related work. �The work required is summarized as follows: (1) Brush-off blast entire gates, inspection of damaged gate members, and provide gate inspection report; (2) Removal and replacement of diagonal members; (3) Removal and replacement of ribs; (4) Partial removal and replacement of skin plate; (5) Surface repair of primary members (girders); (6) Removal and replacement of miscellaneous stiffener plates; (7) Addition / modification of drain holes; (8) Blasting and painting of entire gates; (9) Removal and reattachment of existing wire rope assemblies and �associated fittings and proper re-tensioning of wire ropes within specified tolerances; (10) Rehabilitation of hitch blocks with removal and replacement of �hardware; (11) Removal and replacement of side seals assemblies and adjustment within specified tolerances; (12) Removal and replacement of trunnion hydraulic lubrication tubing and fittings; and (13) Providence of spare components as specified. 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 construction phase of this 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 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 is on or about 10 May 2022 and the estimated proposal due date will be on or about 24 June 2022.� 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. 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, 16 March 2022. All interested firms must be registered in SAM to be eligible for award of government contracts.� Mail, fax or email your response to MAJ Daniel K. Jernigan, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: daniel.k.jernigan@usace.army.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://sam.gov/opp/4b9af7f914054a6c9a0526bb0916eda1/view)
 
Place of Performance
Address: Sallisaw, OK 74955, USA
Zip Code: 74955
Country: USA
 
Record
SN06245112-F 20220218/220216230117 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.