Closed Solicitation · DEPT OF DEFENSE

    WEBBERS FALLS TAINTER GATE REPLACEMENT

    Sol. W912BV25SS04Sources SoughtTULSA, OK
    Closed
    STATUS
    Closed
    closed May 23, 2025
    POSTED
    Apr 23, 2025
    Publication date
    NAICS CODE
    237990
    Primary industry classification
    PSC CODE
    Z2KA
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers is seeking information for the Webbers Falls Tainter Gate Replacement project in Muskogee County, Oklahoma. This sources sought announcement aims to assess industry interest and capabilities, particularly from small businesses, as no contract will be awarded from this notice. The project involves designing and replacing existing tainter gates, with an estimated construction cost between $25 million and $50 million and a duration of 365 days.

    Contract details

    Solicitation No.
    W912BV25SS04
    Notice Type
    Sources Sought
    Posted Date
    April 23, 2025
    Response Deadline
    May 23, 2025
    NAICS Code
    237990AI guide
    PSC / Class Code
    Z2KA
    Issuing Office
    W076 ENDIST TULSA
    Primary Contact
    Tyler Godwin
    City
    TULSA
    State
    OK
    ZIP Code
    74137-4290
    AI Product/Service
    service

    Description

    SOURCES SOUGHT SYNOPSIS

    For

    WEBBERS FALLS TAINTER GATE REPLACEMENT

    Webbers Falls Lock & Dam

    Muskogee 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 or replacement of the tainter gates at Webbers Falls Lock and 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 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 and DFARS 236, the estimated construction price range for this project is between $25,000,000 and $50,000,000.

    Estimated construction duration of the project is 365 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 15 JUL 2025, and the estimated proposal due date will be on or about 15 AUG 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:

    1. Firm’s name, address, point of contact, phone number, and e-mail address.
    2. Firm’s interest in bidding on the solicitation when it is issued.
    3. 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.

    1. Firm’s Business Size – LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
    1. Firm’s Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable.
    2. 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, 23 MAY 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.

    Key dates

    1. April 23, 2025Posted Date
    2. May 23, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    WEBBERS FALLS TAINTER GATE REPLACEMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.