The RFP Database
New business relationships start here

Lewisville Dam Safety Modification


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

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 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), & Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, & WOSB businesses are highly encouraged to participate.


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.


The primary purpose of the Lewisville Dam Safety Modification is to manage flood risk, but the dam is also authorized for water supply, recreation, and environmental stewardship. The dam protects over 431,000 people and $24.2 billion in capital investment downstream. It is a primary source of municipal and industrial water supply for the Dallas - Fort Worth metroplex.


The Government is seeking qualified, experienced and bonded capable sources for the demolition and construction work required under this project. In response to the solicitation (expected in 2nd half of 2018) the contractor will be required to provide evidence of 3 to 5 completed projects of similar size and scope. If the offeror's firm has multiple locations, then the projects should have been completed by the regional office that will be performing the work. The projects must be at least 50% complete at the time the proposal is submitted in 2018, and must have been completed within the past 5 years. At least two of the projects should be valued at over $25 million, and at least one should be valued at over $50 million. The Fort Worth District of the U.S. Army Corps of Engineers (Corps) intends to advertise and award a Firm Fixed Price, Design-Bid-Build, Construction Project to complete the embankment work for the Lewisville Dam Safety Modifications. The Scope of Work includes:
Seepage management - Construction of collection systems, drilled piers and inverted filter berms will require relocation of a municipal water line and a robust dewatering system capable of functioning in expansive soils. At conservation pool elevation, measured seepage ranges from a few gallons per minute (gpm) up to 80 gpm depending on the area. Seepage increases as the pool elevation rises during storage of flood waters. Once the confining clay cap is penetrated, this dewatering system must be able to provide a safe, stable work space during construction as well as ensure the continued integrity of the earthen embankment until the collection system and inverted filter berm are fully functional. The contractor must show experience in installing and managing such systems with varying pool elevations.
Outlet works conduit filter - Construction of a staged filter at the downstream end of the outlet works will require constrained space work in the presence of the conduit, the stilling basin, and a non-Federal hydropower facility. Stability of the stilling basin walls must be maintained throughout construction of the filter, and downtime for water supply releases through the outlet works must be short durations (not to exceed 48 hours per week).
Soil stability - due to the expansive nature of the soils they will be treated with lime to aide in long term stabilization. The ability to test the borrow source and regularly make adjustments will be critical to the long term sustainability of the modifications.
Other work included in this contract may include construction of a berm on a portion of the upstream face of the embankment (coffer dam, incremental lifts and compaction, removal/placement of rip/rap), and crest road modification (removal of existing asphalt road, regrading, placement of geotextile infiltration barriers, incremental lifts and compaction, paving).


Magnitude of Construction Project: Between $25,000,000 and $100,000,000


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


The Standard Industrial code (SIC) is 1629, Federal Supply Code (FSC) is Z2KA.


Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 25% of the cost of the contract, not including the cost of materials, with their own employees for Construction by special trade contractors.
If a large business firm is selected for this announcement they must also comply with FAR clause 52.219-9, Small Business Subcontracting Plan, regarding the requirement for an approved subcontracting plan.


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.
No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The official Pre-solicitation 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, and e-mail address.
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 or Small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc.).
5. Firm's Joint Venture information, including Mentor Protégés and teaming arrangement information is acceptable if applicable.
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 5:00 p.m. CST, 22 March 2018 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 the Contract Specialist and Cc the Contracting Officer:


Jamauh Winston, Contract Specialist
Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102
Email: jamauh.d.winston@usace.army.mil


Carl Oelschig, Contracting Officer
Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102
Email: Carl.S.Oelschig@usace.army.mil


Jamauh Winston, Contract Specialist, Phone 8178861077, Email jamauh.d.winston@usace.army.mil - Carl S. Oelschig, Section Chief, Phone 8178861060, Email carl.s.oelschig@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP