Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2024 SAM #8366
SOLICITATION NOTICE

Y -- Replacement of the Tenkiller Dam Spillway Bridge, Oklahoma

Notice Date
10/21/2024 7:49:41 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV25R0001
 
Response Due
10/28/2024 12:00:00 PM
 
Archive Date
10/28/2024
 
Point of Contact
Ryan Kelly, Phone: 9186697279, SHAWN ADKINS, Phone: 9186697483
 
E-Mail Address
ryan.j.kelly@usace.army.mil, SHAWN.A.ADKINS@USACE.ARMY.MIL
(ryan.j.kelly@usace.army.mil, SHAWN.A.ADKINS@USACE.ARMY.MIL)
 
Description
Pre-Solicitation Notice W912BV25R0001 Replacement of the Tenkiller Dam spillway bridge, Sequoya County near Gore, Oklahoma On or about 09 October 2024, this office will issue Request for Proposal (RFP) to replace the Tenkiller Dam spillway bridge, Sequoya County near Gore, Oklahoma. �The solicitation will close on or about 08 December 2024. This solicitation is UNRESTRICTED. All contractors must be registered and have an active and verified account in the System for Award Management (SAM) in order to receive a contract award from any DoD activity.� Contractors may access the Internet site at: https://www.sam.gov/ to register and/or obtain information about the SAM program.� Contractors must ensure that the applicable NAICS code 237310 is included in their profile prior to submission of offer. Site visit is scheduled for 23 October 2024. Site visit will require PPE (hard hat, reflective vest, and safety boots). The solicitation will include photographic attachments and drawings. DO NOT submit requests for plans and specifications. See �Obtaining Solicitation Documents� below. Project Description: 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.� 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.� The Contractor will be required to commence work within 10 days after Notice to Proceed (NTP) and complete the work in the proposed number of calendar days (Not to Exceed 600 calendar days) after receipt of NTP.� Provisions will be included for Liquidated Damages in case of failure to complete the work in the time allowed.� Performance and Payment Bonds will be required. The above project description is for information only. �Project scope of work is subject to change. RFP Evaluation Criteria: Firms participating in the solicitation will submit technical requirements in accordance with Section 00 22 00 PROPOSAL SUBMISSION REQUIREMENTS, INSTRUCTIONS AND EVALUATION.� Submissions will be evaluated based on a best value approach considering technical elements for evaluation (i.e., Specialized Experience, Technical Approach, Key Personnel, Past Performance, and Contract Schedule).� An adjectival method of evaluation will be used to evaluate all technical factors.� Price will be evaluated separately for reasonableness and realism.� A Best Value selection will be considered after reviewing price and technical factors. In accordance with DFAR 236.204, the estimated magnitude of construction for this project is between $25,000,000 and $100,000,000. Bidders (Offerors): Please be advised of online registration requirement in the SAM, https://www.sam.gov/ and directed solicitation provisions concerning representations and certifications.� Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete.� The electronic annual representations and certifications are effective until one year from date of submission or update to SAM. Obtaining Solicitation Documents: Solicitation documents will be posted to the web via Procurement Integrated Enterprise Environment (PIEE) through https://piee.eb.mil. Solicitation No.: W912BV25R0001 It shall be the Offeror�s responsibility to check the websites for any amendments. The Offeror shall submit in the proposal all requested information specified in this solicitation. There will be no public opening of the proposals received in response to this solicitation. Any information given to an Offeror which impacts the solicitation and/or offer will be given in the form of a written amendment to the solicitation. Please direct procurement questions to the Contracting Specialist, Ryan Kelly via email at Ryan.J.Kelly@usace.army.mil, add the Solicitation Number and Name in the Subject Line of the email. PHONE CALLS WILL NOT BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f68cf081887c4f19b134c3857b0ad355/view)
 
Place of Performance
Address: Gore, OK, USA
Country: USA
 
Record
SN07245160-F 20241023/241021230104 (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.