SOURCES SOUGHT SYNOPSIS
For
KEYSTONE LAKE TAINTER GATE REPAIR
KEYSTONE LAKE DAM
Tulsa County, Oklahoma
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 repairs to the tainter gates at the Keystone Lake Dam, in Oklahoma. The proposed design-bid-build project will be procured as a competitive, firm-fixed price contract in accordance with FAR 15, Negotiated Procurement, using the Lowest Price Technically Acceptable approach, tradeoffs will not be permitted. 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-Zone), 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), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate.
This project consists of repairs to the floating bulkhead and tainter gates at Keystone Dam. The bulkhead will be visually inspected, and welds will be nondestructively tested. Suspect welds and compromised support steel will be replaced or repaired. Additionally, the interior and exterior of the bulkhead will be sandblasted and painted, anodes will be replaced, seals will be replaced, and the jib crane will be replaced. The gates will be visually inspected, and fracture critical welds will be nondestructively tested. Suspect welds and compromised steel will be replaced or repaired. Additionally, the gates will be sandblasted and painted.
In accordance with FAR 36 and DFARS 236, the estimated construction price range for this project is between $5,000,000 and $10,000,000.
Estimated construction duration of the project is 730 calendar days.
The North American Industry Classification System code for this procurement 237990 (Other Heavy and Civil Engineering Construction) which has a small business size standard of $45M.
The Product Service Code is: Z2KA (Repair or Alteration of Dams)
Small businesses are reminded of FAR 52.219-14, Limitations on Subcontracting. 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.
Prior Government contract work is not required for submitting a response to this sources sought synopsis. All construction performance must be in compliance with the USACE Safety and Health Requirements Manual (EM 385- 1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.
Anticipated solicitation issuance date is on or about 30 MAY 2025, and the estimated proposal due date will be on or about 30 JUN 2025, The official synopsis citing the solicitation number will be issued on http://sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.
Firm’s response to this Synopsis shall be limited to 5 pages and shall include the following information:
- Firm’s name, address, point of contact, phone number, and e-mail address.
- Firm’s interest in bidding on the solicitation when it is issued.
- Firm’s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm’s capability to execute construction- comparable work performed within the past 5 years):
Brief description of the project, customer name, timeliness of performance, and dollar value of the project) – provide at least 3 examples.
- Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
- Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable.
- Firm’s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.
Interested Firm’s shall respond to this Sources Sought Synopsis no later than 2:00PM CST, 14 APR 2025 All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Tyler Godwin, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Tyler.L.Godwin@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil.