Search Contract Opportunities

Hulah Toe Drain Replacement Phase 2

ID: W912BV25TA04 • Type: Sources Sought

Description

SOURCES SOUGHT SYNOPSIS

For

Hulah Toe Drain Replacement Phase 2

Hulah Lake, 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 the Hulah Toe Drain Replacement Phase 2, at Hulah Lake, 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.

The work includes, but is not limited to, the following:

1. Demolition of the existing toe drain system, to include toe drain piping, manholes, and relief well connections. This excludes the existing toe drain system between existing manholes 6 and 8.

2. Demolition of existing toe road culverts (three total), to include culvert pipe and flare ends.

3. Construction of new toe drain system including, but not limited to, perforated toe drain piping, non-perforated relief well piping, precast concrete manholes, and non-perforated relief well connector piping. The new toe drain system will tie into the existing manholes 6 and 8.

4. Construction of new toe road culverts including, but not limited to, reinforced concrete pipe, pre-cast flared ends, and riprap around new flared ends.

In accordance with FAR 36 and DFARS 236, the estimated construction price range for this project is between $1,000,000 and $5,000,000.

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 (Maintenance 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 7 April 2025 and the estimated proposal due date will be on or about 7 May 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.
  2. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable.
  3. 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 CDT, 20 March 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 Hastings, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: tyler.a.hastings@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil.

Overview

Response Deadline
March 20, 2025, 3:00 p.m. EDT Past Due
Posted
Feb. 20, 2025, 10:05 a.m. EST
Set Aside
None
Place of Performance
Copan, OK 74022 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Odds of Award
31%
On 2/20/25 USACE Tulsa District issued Sources Sought W912BV25TA04 for Hulah Toe Drain Replacement Phase 2 due 3/20/25. The opportunity was issued full & open with NAICS 237990 and PSC Z2KA.
Primary Contact
Name
Tyler Hastings   Profile
Phone
(918) 669-4396
Fax
(918) 669-7436

Secondary Contact

Name
Shawn Brady   Profile
Phone
(918) 669-4984
Fax
None

Documents

Posted documents for Sources Sought W912BV25TA04

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912BV25TA04

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912BV25TA04

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912BV25TA04

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT TULSA
FPDS Organization Code
2100-W912BV
Source Organization Code
100221322
Last Updated
April 4, 2025
Last Updated By
tyler.a.hastings@usace.army.mil
Archive Date
April 4, 2025