Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2024 SAM #8173
SOURCES SOUGHT

Z -- Sam Rayburn Switchyard Tower Foundations Repairs

Notice Date
4/11/2024 9:02:55 AM
 
Notice Type
Sources Sought
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV24RRS01
 
Response Due
4/9/2024 9:00:00 AM
 
Archive Date
04/24/2024
 
Point of Contact
RONICA SMITH, Shawn Brady, Phone: 9186694984
 
E-Mail Address
ronica.r.smith@usace.army.mil, shawn.brady@usace.army.mil
(ronica.r.smith@usace.army.mil, shawn.brady@usace.army.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �SOURCES SOUGHT � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � For � � � � � � � � � � � � � � � � � � � � � � � � � � � �Sam Rayburn Switchyard Tower Foundations Repairs 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 July 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 U.S. Army Corps of Engineers is seeking qualified sources capable of repairing switchyard transmission tower foundations.� Minimum capabilities required include demonstrated experience with performing work in an energized switchyard. Work includes: Remove gravel and fill 22� below each pedestal, clean (sand blast, needle scaler, or equivalent) pedestals to prepare surfaces for application of gel epoxy, scan pedestals to locate reinforcing bar locations, and sawcut around the cap of the pedestals. Fabricate and install galvanized steel shoring braces in accordance with plans and specifications to provide structural support for foundation repairs of approximately 21 tower legs. Remove deteriorated concrete using pneumatic breakers (chippers), prepare surfaces for application of bonding epoxy, place new concrete, and apply protective sealant. Pressure wash and seal approximately 23 foundations that do not require shoring and install galvanized shims to replace compromised grout. Replace approximately seven (7) 8� corroded bus support poles. Replace gravel and fill, compact, and cover with 6� of clean switchyard rock. Ensure repaired towers are properly grounded. 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 237130, Power and Communication Line and Related Structures Construction, which has a small business size standard of $45,000.00. �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. Ronica R. Smith at ronica.r.smith@usace.army.mil; phone number (918)-669-4386. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to shawn.brady@usace.army.mil NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 17 April 2024 at 1100 CDT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0e12a055e979486c8cd993ecd82472ad/view)
 
Place of Performance
Address: Jasper, TX 75951, USA
Zip Code: 75951
Country: USA
 
Record
SN07028269-F 20240413/240411230049 (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.