Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2025 SAM #8499
SOURCES SOUGHT

Y -- Pike County, Arkansas, Narrows Hydropower Dam, Intake Structure Replacement Project, Little Missouri River, Lake Greeson.

Notice Date
3/3/2025 9:55:27 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE25S0004
 
Response Due
3/17/2025 12:00:00 PM
 
Archive Date
04/01/2025
 
Point of Contact
Robert Ellis Screws, Phone: 6016317527, Andrew McCaskill, Phone: 6016315248
 
E-Mail Address
Ellis.Screws@usace.army.mil, andrew.mccaskill@usace.army.mil
(Ellis.Screws@usace.army.mil, andrew.mccaskill@usace.army.mil)
 
Description
W912EE - THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, AND THE VICKSBURG DISTRICT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION. The U.S. Army Corps of Engineers (USACE), Vicksburg District (MVK) is conducting market research to facilitate a determination of the acquisition strategy for this procurement. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. A market survey is being conducted to determine if there are a reasonable number of firms, large or small businesses, including small disadvantaged businesses, HUBZONE small businesses, woman-owned small businesses, or service-disabled veteran-owned small businesses interested in and technically capable of performing the scope-of-work in the specified location. If you are capable and interested in this work, please respond accordingly. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 237990 � Other Heavy and Civil Engineering Construction. The business size standard for NAICS Code 237990 is $45M. This Sources Sought Synopsis shall not be construed as a commitment by the Government, nor will any reimbursement be made for any costs associated with providing information in response to this request or any follow up information requests. NO SOLICITATION IS CURRENTLY AVAILABLE. BACKGROUND AND PURPOSE: For the purpose of market research, The U.S. Army Corps of Engineers, Vicksburg District requests letters of interest from qualified construction contractors capable of performing construction services for the following project: Pike County, Arkansas, Narrows Dam, Intake Structure Replacement Project, Little Missouri River, Lake Greeson. PROJECT DESCRIPTION: Intake Structure Replacement Project The Narrows Dam Intake Structure is planned to be replaced due to deterioration of the steel intake structure that supports the trash racks in front of the hydropower generating units. The work will only include the intake structure between Unit 1 & 2 which will be denoted on the drawing attached. The structure is made up of steel beams and columns that were originally embedded into the concrete. The replacement structure will utilize post-installed concrete anchors in place of cast-in anchors. The elevation of the bottom of the structure is at EL. 478.0, and the top of the structure is at EL. 551.0. Underwater grouting may be required to ensure that the new structure is plumb. The concrete platform that the structure supports may be removed during construction. If removed, it shall be replaced with a precast concrete deck or a fiber reinforced polymer deck. Underwater welding may be required to install the structure and should follow AWS D3.6M:2017. Any welding not performed underwater will follow AWS D1.1:2020. The replacement structure must be coated prior to installation and may require touch-up coating underwater after installation. As an additional protection measure, a cathodic protection system should be included in the design and attached to the structure. Work on the intake structure will require a planned lake pool deviation. The deviation is planned for a minimum of 120 days. The minimum lake pool elevation is EL. 534.0, and dive depths may reach up to 70 feet. Due to the size of the lake and the drainage area, lake levels may rise rapidly during construction. This may require discharge of water through the flood control gates, and in the case of an extreme event water may overtop the emergency spillway which has a crest at EL 563.0. Access to the top of the dam is limited, and the size of the crane that may be placed on the dam is restricted to a 90-ton crane. This crane can only be placed in designated areas as outlined in Figure 1 below. Barges may be hauled in and launched upstream of the dam to provide a larger work platform. The contractor must have at least 5 years of experience and have successfully completed a minimum of three (3) similar projects as outlined herein. Highlight any experience that would include underwater construction, installation of post-installed mechanical anchors, and steel structures. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and UEI. 3. Firm's interest in participating in the solicitation, if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB),Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a), or Other than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. Bonding information (provide bonding limits on the bonding company's letterhead): a. Single bond b. Aggregate c. Point of contact for the bonding company 7. If depending on sub-contractor capability the interested party shall submit a letter of commitment from the sub-contractor. 8. Interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capability to meet all requirements stated above. Include your firm�s capability to execute comparable work performed within the past 5 years. The provided information shall include the following: a. Brief description of the project b. Customer contact information c. Outcome of the project c. Timeliness of performance e. Dollar value of the completed projects At least three (3) projects should be provided to demonstrate competency and experience in the required areas of work. Narratives shall be no longer than ten pages. TECHNICAL QUESTIONS: 1. Describe similar construction projects and experience you have that demonstrates your capabilities to successfully perform the work required in this contract. If you are relying on a subcontractor�s experience, describe you subcontractor�s relevant experience, your history in successfully working on other contracts with this subcontractor, and what experience you have as a prime contractor managing similar contracts. 2. What feature of work would you self-perform and what features of work would you subcontract out? 3. What equipment do you or your subcontractor own and what equipment would you have to lease in order to successfully perform this contract? 4. What dam projects have you performed work at previously? 5. Highlight any experience that would include underwater installation of post-installed mechanical concrete anchors and underwater welding. Include qualifications and experience of your dive team, and state whether the dive team is an in-house capability or a subcontractor. 6. Do you have underwater welding procedures approved and welder�s certified for underwater welding? Provide a brief narrative of welder�s experience and qualifications. 7. The goal of the project is to replace the steel intake structure without major modification to the existing dam. Are there any methods you would recommend to improve the efficiency of installation? 8. Do you see any issue with the period of performance required to complete the work? Do you think multi-shift work will be required? 9. Do you foresee any equipment limitations within the working areas? Response format: Responses shall be sent via email to R. Ellis Screws, Contracting Officer, at Ellis.Screws@usace.army.mil. Responses should be sent as soon as possible, but not later than 2:00 PM Central Time, March 17, 2025. Please use the following subject line for the email: �W912EE25S0004 Narrows Powerhouse�. Telephone inquiries will not be accepted or acknowledged. All interested firms must be registered in the System for Award Management (www.SAM.gov) and maintain an active registration for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7683b3b816d94d35b642a22c0b8e1b86/view)
 
Place of Performance
Address: Kirby, AR 71950, USA
Zip Code: 71950
Country: USA
 
Record
SN07359504-F 20250305/250303230044 (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.