SOURCES SOUGHT
Z -- TEMPORARY WALL REPLACEMENT AT DENISON POWERHOUSE
- Notice Date
- 2/27/2024 9:37:04 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV24RCR03
- Response Due
- 3/12/2024 9:00:00 AM
- Archive Date
- 03/27/2024
- Point of Contact
- Cheyenne Redemann, Phone: 9186697073, Shawn Brady, Phone: 9186694984
- E-Mail Address
-
Cheyenne.A.Redemann@usace.army.mil, Shawn.G.Brady@usace.army.mil
(Cheyenne.A.Redemann@usace.army.mil, Shawn.G.Brady@usace.army.mil)
- Description
- 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-Prot�g�, 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
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f155e63975db4ffca878febde85f974d/view)
- Place of Performance
- Address: Denison, TX, USA
- Country: USA
- Country: USA
- Record
- SN06978877-F 20240229/240227230053 (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 |