USACE--Tulsa District Tenkiller Spillway Bridge Replacement

Agency: DEPT OF DEFENSE
State: Oklahoma
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159149333738432
Posted Date: Apr 19, 2024
Due Date: May 3, 2024
Solicitation No: W912BV24SJL10
Source: Members Only
Follow
USACE--Tulsa District Tenkiller Spillway Bridge Replacement
Active
Contract Opportunity
Notice ID
W912BV24SJL10
Related Notice
W912BV24SJL09
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST TULSA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 19, 2024 12:42 pm CDT
  • Original Response Date: May 03, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Gore , OK 74435
    USA
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. 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 contract for the replacement of the spillway bridge at the Tenkiller Dam located in Sequoya County, OK. 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-Zones), 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), HUB-Zone, SDVOSB, and WOSB businesses are highly encouraged to participate.



Tenkiller Lake is a multi-purpose project providing flood risk management, hydroelectric power, water supply, navigation, fish and wildlife, and recreation.



The project is operated for optimum flood risk management in the Illinois River basin as part of the larger Arkansas River Basin.



The Tenkiller Lake Main Spillway bridge was originally constructed in conjunction with the dam by Tulsa District in December 1953.

The bridge conveys Oklahoma State Highway 100 over the dam. The bridge consists of ten simply supported spans for a total bridge length of 600 feet. Each span is 52'-0" between bearing centerlines. The superstructure consists of two built-up, welded-steel, plate girders and a framing system of floor beams, stringers, and brackets. This two-girder steel structure lacks load path redundancy and is thus non-redundant and fracture critical. Due to welded construction, major elements lack internal redundancy.



The Government is seeking qualified, experienced sources capable of replacing the spillway bridge.



The Tenkiller Spillway Bridge project includes but is not limited to:



1. Demolition of the existing bridge pedestals, girders, beams, deck, sidewalks, guardrails, electrical power/lighting systems, utilities, catwalk, and all appurtenances as indicated on the drawings.



2. Design, construction, and establishment of temporary electrical service, to provide uninterrupted operation of all existing Government facilities and structures for the duration of the contract, must be provided as required in section 01 50 00; Availability and use of utility services. Temporary electrical power, for operation of existing Government equipment and facilities only (tainter gates, lights, sump pump, lake offices, etc.), will be provided from the Tenkiller powerhouse and paid for by the Government. Provide, condition, and pay for all power/electrical service and all other utilities necessary for construction equipment and facilities.



3. Design and construction of safety walkways for uninterrupted Government personnel access to all existing tainter gate controls, power systems, and platforms. Minimum design and construction requirements must be in accordance with OSHA and EM 385-1-1. Designed and constructed installed system so that personal fall protection equipment is not required to utilize the walkways.



4. Construction of new bridge and appurtenances including, but not limited to, bridge pedestals, precast pretensioned girders, precast pretensioned deck panels with deck panel joints, haunches, and blockouts using Ultra High Performance Concrete (UHPC), sidewalks, parapets, and railings.



5. Construction of new electrical power/lighting systems.



6. Construction of new catwalks, torque shaft supporting system, and appurtenances.



7. Construction of new water lines under bridge structure 8. Completely clean the construction area, remove all construction equipment, facilities, and debris from Government property, and restore disturbed areas to preconstruction conditions.



In accordance with DFAR 236.204, the estimated magnitude of construction for this project is between $25,000,000 and $100,000,000 and the current estimated duration of the construction is 600 days.



The North American Industry Classification System (NAICS) code for this procurement is 237310, which has a small business size standard of $45M.



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.



Prior government contract work is not required for submitting a response under this sources sought synopsis.

The anticipated solicitation date is on or about 17 September 2024 and the proposed due date will be on or about 17 October 2024. 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 and UEI 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 the firm's capability to execute construction similar to this spillway bridge replacement. Provide comparable work 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.



5. Firm's Joint Ventures (existing), including Mentor Proteges and teaming arrangement information is acceptable.



6. 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 CT, 3 May 2024. All interested firms must be registered in SAM to be eligible for award of government contracts. Email your response to Jon A. Larvick and Dario Rissone, U.S. Army Corps of Engineers at jon.a.larvick@usace.army.mil and dario.m.rissone@usace.army.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 2488 E 81ST STREET
  • TULSA , OK 74137-4290
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >