Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2025 SAM #8594
SPECIAL NOTICE

Z -- Webbers Falls Tainter Gate Replacement

Notice Date
6/5/2025 6:49:12 AM
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV25RA018
 
Response Due
6/20/2025 12:00:00 AM
 
Archive Date
07/05/2025
 
Point of Contact
Daniel A. Foyil, Phone: 9186697045, Dario Rissone, Phone: 9186697109
 
E-Mail Address
daniel.a.foyil@usace.army.mil, dario.m.rissone@usace.army.mil
(daniel.a.foyil@usace.army.mil, dario.m.rissone@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SPECIAL NOTICE REQUEST FOR INDUSTRY INPUT WEBBERS FALLS TAINTER GATE REPLACEMENT Webbers Falls Lock & Dam Muskogee County, Oklahoma This is a Special Notice Request, seeking industry input for preliminary planning purposes in market research concerning the acquisition of the Webbers Falls Tainter Gate Replacement, Webbers Falls Lock & Dam, Oklahoma. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS REQUEST. No reimbursement will be made for any costs associated with providing information in response to this request or any follow up information requests. The U.S. Army Corps of Engineers � Tulsa District has been tasked to solicit for and award a contract for repairs or replacement of the tainter gates at Webbers Falls Lock and Dam, in Oklahoma. The proposed project is anticipated to be a competitive, firm-fixed price, design/bid/build, contract procured in accordance with FAR 15, Negotiated Procurement using the best value trade-off process. The purpose of this request is to gain knowledge of interest of the project and to collect industry feedback concerning the biddability, constructability, and any market conditions that may impact the project. Interested firms shall submit an email no later than 20 June 2025 with the following information: Interest in the Project Description of any Recent and Relevant Experience Performed. A Capabilities Statement Completed PLA Market Survey The Government is seeking interest from qualified and experienced sources capable of performing a project of similar size and scope. In general, this project consists of the following summarized components: This project consists of the design of new Tainter gates to replace the existing spillway gates at Webbers Falls L&D. The gates will be designed to work within the constraints of the existing structure geometry. The existing trunnion yoke anchorage, trunnion girder, trunnion girder anchorage, and mechanical equipment will be re-used. The capacity of the existing features will be verified with the new gate weight and operating loads. The construction contract will include fabrication, delivery, installation, removal of the existing gates, and other related activities such as setting stoplogs, storage, and salvage. The gate design will be modernized, detailing will be improved to minimize fatigue/fracture concerns, and materials and fabrication requirements updated to be consistent with current guidance. The number of gates to be replaced will be determined based on the estimated cost for the work and the funding available. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $25,000,000.00 and $50,000,000.00. 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. Anticipated solicitation issuance date is anticipated to occur on or around 8 July 2025. The official request citing the solicitation number will be issued under Contracting Opportunities via www.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Request 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 Prot�g�s 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. Firm�s Completed PLA Labor Market Survey attached in the special notice. Interested Firms shall respond to this Request no later than 2:00PM CT 20 June 2025. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Mr. Daniel Foyil, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Daniel.A.Foyil@usace.army.mil. Please also provide a copy of the response to Mr. Dario Rissone, at Dario.M.Rissone@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/23c6f83dcf644187bc4e0dbd3a7f569e/view)
 
Place of Performance
Address: Webbers Falls, OK, USA
Country: USA
 
Record
SN07466909-F 20250607/250605230047 (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.