BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Site work for a water / sewer project in Broken Arrow, Oklahoma. Conceptual plans call for site work for a water / sewer project.

UPDATED SOURCES SOUGHT: 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 has been tasked to solicit for and award a contract for the replacement of tainter gates 1, 2, and 3 at the Newt Graham Lock and Dam 18 located outside of Inola, OK (Wagoner County). 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. This is an updated sources sought related to this project. The first was published on 12 December 2023 with responses due 11 January 2024. The purpose of this updated sources sought is to serve as a tool to identify businesses with the capability to accomplish the work of removing and replacing a Tainter Gate. This is not a solicitation. For new responders, please provide responses to all questions. For those who previously responded to the referenced Source Sought Notice, only need to respond to the additional questions starting after number six. Repair of tainter gates may still be a requirement of this solicitation, but this sources sought focuses on replacement as follows: The project site is located at the Newt Graham Lock and Dam No. 18, approximately 7 miles south of Inola, Oklahoma. Newt Graham lock & Dam is located on the McClellan-Kerr Arkansas River Navigation System. The gate replacement work consists of the removal of the existing Tainter gates and trunnion yoke assemblies, the off-site fabrication of the new Tainter gates and trunnion yoke assemblies, and the delivery and installation of the new Tainter gates at Newt Graham Lock & Dam. 18. The newly fabricated Tainter gates are 60ft x 27ft in size and weigh approximately 181,000 lbs. each. The gates and yoke assemblies will be required to be fabricated in an AISC certified facility. All awarded Tainter gates will be fabricated first prior to performing any removal of existing Tainter gates and install. Upon delivery of all Tainter gates, coordination will be needed with USACE personal to dewater the Tainter Gate bays. Only 1 tainter gate can be out of service at any given time. Removal and disposal of the existing tainter gates will be required prior to performing the install of the new Tainter Gate. The existing Tainter will be removed along with the trunnion yoke assemblies from the existing trunnion anchorage. It is anticipated that the existing Tainter gate removal and new Tainter gate install will require a 400-500 Ton crane mounted on a navigable floating plant. Monitor the prevailing river conditions at the project site, referring to the upstream project river gage, river forecasts issued by the National Weather Services to determine when to withdraw equipment and floating plant. The withdrawal of equipment and floating plant shall ultimately be the Contractor's decision and shall not be directed by the Government. In accordance with DFAR 236.204, the estimated magnitude of construction for this project is between $10,000,000 and $25,000,000 and the estimated duration of the construction phase for the proposed base contract (replacement of 1 of the 3 tainter gates) is 730 days. Max period of performance (proposed options for remaining 2 tainter gate replacement) is 1460 days. This base period and options may change when solicitation is released. The North American Industry Classification System (NAICS) code for this procurement is 237990, which has a small business size standard of $45M. Small Businesses are reminded under FAR 52.219-14 (Deviation 2021-O0008), 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. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior government contract work is not required for submitting a response under this sources sought synopsis. The anticipated solicitation date is on or about 3 June 2024 and the proposed due date will be on or about 17 July 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 tainter gate 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. 7. A list of current or past projects within the last eight years [at least three (3) but no more than five (5)] demonstrating technical experience with work of a similar scope and nature to that listed in the above Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Interested firms shall respond to this sources sought synopsis no later than 2:00pm CT, 8 March 2024. All interested firms must be registered in SAM to be eligible for award of government contracts. Email your response to Jon A. Larvick, U.S. Army Corps of Engineers at jon.a.larvick@usace.army.mil. Previous SOURCES SOUGHT provided for context -- please respond only to the updated request above: 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 has been tasked to solicit for and award a contract for the replacement of tainter gates 1, 2, and 3 at the Newt Graham Lock and Dam 18 located outside of Inola, OK (Wagoner County). 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. The Government is seeking qualified, experienced sources capable of performing tainter gate replacements. Additionally, the Government is seeking qualified, experienced sources capable of performing tainter gate repairs. The gate replacement work consists of the removal of the existing Tainter gates 1, 2 and 3; the off-site fabrication of new Tainter gates, and the delivery and installation of the new Tainter gates at the Newt Graham Lock & Dam (Wagoner County, OK). The newly fabricated Tainter gates will be 60-ft x 27-ft and are expected to weigh approximate 181,000 lbs. The work includes, but is not limited to: (a) Removal and disposal of the existing Tainter gates from the trunnion yoke; (b) Off-site fabrication, painting, delivery, and installation of the new gates including all associated seals, wire ropes, and accessories as described in the Specifications and Drawings; and (c) Trial operation and skin plate watertightness testing. Existing dimensions, elevations, and site conditions must be verified prior to starting the work. The gate repair work includes the repair and painting, partial replacement of damaged Tainter gates, and all related incidental work. The work includes, but is not limited to: (a) Brush-off and blast the entire gate structures, and inspect and identify the damaged gate members and ancillary supports and assemblies. Write a detailed Gate Inspection Report; (b) Remove the existing knee bracing; (c) Partial removal and replacement of gate ribs; (d) Repair all cracked welds as shown in the Specifications and Drawings; (e) Blasting and painting the entire gate structures; (f) Removal and reattachment of existing wire rope assemblies and associated fittings, and proper re-tensioning of wire ropes within the specified tolerances; and (g) Removal and replacement of all gaskets, seals and fasteners. The new and existing assemblies will be designed and analyzed for the loading conditions in EM 1110-2-2107, Design of Hydraulic Steel Structures. The existing mechanical/gate lifting systems will be utilized with any required upgrades to the electrical system to provide a robust and reliable operating system. In accordance with DFAR 236.204, the estimated magnitude of construction for this project is between $10,000,000 and $25,000,000 and the estimated duration of the construction phase for the proposed base contract (replacement of 1 of the 3 tainter gates) is 730 days. Max period of performance (proposed options for remaining 2 tainter gate replacement) is 1460 days. This base period and options may change when solicitation is released. The North American Industry Classification System (NAICS) code for this procurement is 237990, 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. Should the acquisition be set-asied for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior government contract work is not required for submitting a response under this sources sought synopsis. The anticipated solicitation date is on or about 3 June 2024 and the proposed due date will be on or about 17 July 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 to include both tainter gate replacement and tainter gate repairs. 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, 11 January 2024. All interested firms must be registered in SAM to be eligible for award of government contracts. Email your response to Jon A. Larvick, U.S. Army Corps of Engineers at jon.a.larvick@usace.army.mil. The Method of Contractor Selection has not been determined at this Time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Conceptual

Water / Sewer

$25,000,000.00

Public - Federal

Site Work

Our team is requesting plans for this project.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
145
Active Projects
88
Bidding Soon
973
All Active Projects
490
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

January 13, 2025

img_map_placeholder

36995 S 4200 Rd, Broken Arrow, OK

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.