Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2023 SAM #7773
SOLICITATION NOTICE

Z -- RS KERR TAINTER GATE REHABILITATION AND REPAIRS (GATES 11-15), SALLISAW, OKLAHOMA

Notice Date
3/8/2023 7:57:52 AM
 
Notice Type
Presolicitation
 
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
W912BV23R0021
 
Response Due
3/27/2023 12:00:00 PM
 
Point of Contact
Daniel K Jernigan, Phone: 9186697483, Dario Rissone, Phone: 9186697109
 
E-Mail Address
daniel.k.jernigan@usace.army.mil, dario.m.rissone@usace.army.mil
(daniel.k.jernigan@usace.army.mil, dario.m.rissone@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a PRE-SOLICITATION NOTICE for the titled project �RS Kerr Tainter Gate Rehabilitation and Repair� located in Sallisaw, Oklahoma.� 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 pre-solicitation notice or any follow up postings. The U.S. Army Corps of Engineers � Tulsa intends to issue a Request for Proposal (RFP) solicitation for a Firm-Fixed Price (FFP) construction contract for RS Kerr Tainter Gate Rehabilitation and Repairs, located in Sallisaw, Oklahoma.� The proposed project will be a competitive, FFP contract procured in accordance with FAR 15, Negotiated Procurement, using the trade-off process.� This will be a small business set aside competitive procurement that will result in the award of one (1) FFP, �C� Type contract. � Project Description: 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. Estimated duration of the construction phase of this project is 450 calendar days. In accordance with DFARS 236.204, the estimated magnitude of construction for this project is between $10,000,000 and $25,000,000. The North American Industry Classification System code for this procurement is 237990, �Other Heavy and Civil Engineering Construction�, which has a small business size standard of $45M.� This project will be solicited as a Small Business acquisition.� 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. The anticipated solicitation issuance date will be on or about 24 March 2023, and the estimated proposal due date will be on or about 24 April 2023. ADDITIONAL INFORMATION:� Specific information pertaining to this procurement will be available in the solicitation (W912BV23R0021). �The solicitation documents will be posted to the SAM.gov website via the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at: https://piee.eb.mil/.� It is, and will continue to be, the responsibility of all potential Offerors to monitor the SAM.gov website and PIEE for any amendments, updates, responses to industry questions/comments, etc. �The Government will not be maintaining a mailing list. This is a 15-day pre-solicitation notice provided for informational purposes only. �The Government is under no obligation to issue a solicitation as a result of this notice.� This is not a solicitation for proposals and no contract will be awarded from this notice/synopsis, therefore no response is required at this time. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice.� No other information is available until issuance of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ac35c777615d4eed97c6a04ff899edca/view)
 
Place of Performance
Address: Sallisaw, OK 74955, USA
Zip Code: 74955
Country: USA
 
Record
SN06612119-F 20230310/230309211942 (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.