SOURCES SOUGHT NOTICE FOR
Clean and Paint Service Bridge at W. Kerr Scott Dam and Reservoir
Wilkes County, North Carolina
This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award.
The U.S. Army Corps of Engineers, Wilmington District, is seeking information regarding the capability and availability of qualified contractors to provide the cleaning and painting of the service bridge at W. Kerr Scott Dam and Reservoir in Wilkes County, North Carolina.
Government is requesting information from interested and capable sources. for the purpose of identifying sources that can meet the Government's requirement and help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award as a firm fixed priced contract and will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The responses are for informational purposes only and do no obligate the Government or Contractor in any way.
The purpose of the project is to clean and repaint girders and support members on bridge steel superstructure as required by the contract drawings and specifications.
-
- W Kerr Scott service bridge is 254-feet in length and has 2 spans. Each span has two main girders and associated cross bracing.
- Work will consist of cleaning existing steel girder surfaces by blasting (SSPC SP 5) or other approved method as needed (SSPC SP 3). The existing paint is a lead-based paint.
- Paint with the moisture cured urethane paint system specified in the contract (23-F-Z).
- Work will require under bridge work access platform and containment system.
- Contractor must have certification from the Society for Protective Coatings (SSPC) QP-1 and QP-2 with experience in lead abatement.
The magnitude of construction for this project will be between $1,000,000.00 and $5,000,000.00.
All interested firms with 237310 as an approved NAICS code have until 08 August 2025 at 2:00 PM to submit the following information:
- Name & Address of your Firm
- Point of Contact (Name/Phone/E-mail)
- Current SAM Record to included DUNS Number and CAGE Code
- Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.
- Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity.
- Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be
considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign.
The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.
The requested information shall be submitted electronically to:
U.S. Army Corps of Engineers
Attn: Troy D. Small and Sonny Smith
Email: sonny.z.smith@usace.army.mil and troy.d.small@usace.army.mil
The email should be titled: WKS Clean and Paint Service Bridge
Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner
All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.