SOURCES SOUGHT
Y -- Weir and Hydraulic Structures Canton Lake Dam, Blaine County, OK
- Notice Date
- 1/3/2011
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV11R0008
- Response Due
- 1/31/2011
- Archive Date
- 4/1/2011
- Point of Contact
- jonathan.nadig, 918-669-7041
- E-Mail Address
-
USACE District, Tulsa
(jonathan.nadig@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Weir and Hydraulic Structures Canton Lake Dam, Blaine County, OK. The purpose of this synopsis is to conduct market research on potential sources for a future acquisition of construction services for the subject project. This is not a request for competitive proposals or quotations. Interested parties shall be registered in the Central Contractor Registration (CCR), online at https://www.ccr.gov. Background: At Canton Lake, the Government is constructing an auxiliary spillway adjacent to the right abutment of the existing spillway. Under current contract, the auxiliary channel 480 feet wide has been partially excavated at the site to final channel grade. Vertical diaphragm walls approximately 50 feet tall line the channel. Already under contract for the next year, the Government will construct a new highway bridge spanning the channel. The requirement below refers to the next phase of construction. After completion of the below, the final phase will include further excavation to connect the new spillway to the reservoir. Requirement: The subject is the next phase of a multi-phase project and includes: 1.Placement of a concrete weir (sill) approximately 35 feet deep and 70 feet long spanning the width of the channel (approximately 40,000 cubic yards of concrete placement); 2.Water intake monolith approximately 40 feet tall with 47 by 15 feet base; 3.Conduit approximately 11 feet in diameter and 250 feet long; 4.Fusegates approximately 30 feet tall and 50 feet wide; diaphragm walls (slurry type construction) with anchors; and 5.Stop log manufacture. It is anticipated that the following services will be required: Mass concrete placement requiring on-site batch plant, formwork, excavation, de-watering, manufacturer and deliver of stop log structures. Potential sources shall submit a capability statement of no more than six pages in length, which addresses the following key areas: (1) TECHNICAL - Potential sources shall submit a list of recent projects that demonstrate their knowledge and past experience relating to all of the varying types of work described above, particularly in the areas of mass concrete placement, safety, and quality control. Submit only current and past project and client information that is no more than 4 years previous. Include a brief description, identifying the capacity the firm worked in on the project (prime or subcontractor), the contract type (list by task order if Indefinite Delivery/Indefinite Quantity), contract or task order value, dollar value of work subcontracted, percent complete, date completed if complete, name and title of customer point of contact and current phone number. (2) BUSINESS SIZE - Potential sources shall identify the type/size of business certifications (small, Small Disadvantaged Business (SDB), 8(a), women-owned, veteran / disabled-veteran owned small business, HUBZone, etc.). If the firm is a small business, the response to this synopsis shall include how the firm will meet the Federal Acquisition Regulation (FAR) requirement for limitations on subcontracting for the proposed solicitation (or completed contracts of a similar nature and size) that states "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." This is not a request for competitive proposals or quotations. A determination by the Government not to compete this proposed contract is within the discretion of the Government. All interested parties may respond or submit statements of qualifications via mail, fax, or email. All responses are due to US Army Corps of Engineers, Tulsa District Office, Attention: Jonathan Nadig, via mail: 1645 South 101 East Avenue, Tulsa, OK 74128, fax: 918-669-7495, or email: jonathan.nadig@us.army.mil, not later than 4:00pm CST on January 31, 2011. Email is the preferred method when receiving responses to this sources sought notice. This action will be conducted under FSC Code Y299, NAICS Code 237990. The size standard is $33.5 Million. Please direct all questions to US Army Engineer District, Tulsa, Attention: Mr. Jonathan Nadig, Contract Specialist, phone (918) 669-7041, fax: (918) 669-7495, email address: jonathan.nadig@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV11R0008/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers Canton Lake Canton OK
- Zip Code: 73724
- Zip Code: 73724
- Record
- SN02353325-W 20110105/110103234058-d748609dd48d094ae234b70a1f4555d8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |