The RFP Database
New business relationships start here

Construction: Lewisville Spillway


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT SYNOPSIS
For
Construction: Lewisville Spillway
W9126G20R0012

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.


The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a construction project to repair the Lewisville Spillway as part of the Lewisville Dam Safety modifications Project, Lewisville, Texas. Proposed project will be a competitive, firm-fixed price, Design Bid Build contract. The government intends to issue a solicitation in 3Q FY20; however, the results and analysis of the market research will finalize the determination of procurement method. 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 (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and businesses are highly encouraged to participate.


Statement of Work:


The Government is seeking qualified, experienced sources capable of addressing the structural stability concerns associated with post-tensioned anchors installed through the ogee weir, and an upstream geomembrane blanket. The design will continue to be refined in FY20, but at this time consists of 99 anchors installed to a depth of 70 ft. A work platform or rail system will be required to install the anchors along the downstream slope of the monoliths. The upstream geomembrane blanket will be installed in the approach channel of the spillway below the current grade and attached to the ogee monoliths. The membrane will extend upstream and be covered with the material removed for its installation. The apron slab overlay will install apron slabs over the existing apron slabs to address uplift and sliding concerns. Each overlay slap will have anchors installed, however the number of anchors varies depending on the distance from the ogee weir.


In accordance with DFAR Part 236, the construction magnitude is between $25,000,000 - $100,000,000.


The Estimated duration of the project is 540 calendar days.


The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36.5 Million.


The Federal Supply Code (FSC) is Z2KA.


Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan.


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. However, 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.


The type of solicitation to be issued will be a Design Bid Build RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated solicitation issuance date is on or about 3Q FY20, and the estimated proposal due date will be approximately 30 days after issuance of the RFP. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and 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, e-mail address, DUNS and CAGE.
2.    Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued.
3.    Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples.
4.    Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, or 8(a).
5.    Firm's Joint Venture information if applicable - existing and potential.
6.    Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company).


Interested Firms shall respond to this Sources Sought Synopsis no later than 11:00 a.m. CST 29 November 2019 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to:


Matthew S. Dickson, Contract Specialist
Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102
Email: matthew.s.dickson@usace.army.mil


Matthew S. Dickson, Contract Specialist, Phone 8178861110, Email matthew.s.dickson@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP