Skip to main content

An official website of the United States government

You have 2 new alerts

Spillway Gate Painting and Repair, West Point, Georgia

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 06, 2023 09:53 am CST
  • Original Response Date: Feb 21, 2023 05:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
  • NAICS Code:
  • Place of Performance:
    West Point , GA 31833
    USA

Description

Market Research and Sources Sought Notice for information on capability and availability of contractors to perform construction for USACE customer in West Point, Georgia.

The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at West Point Dam, Georgia. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the Government in making an appropriate acquisition decision.

The U.S. Army Corps of Engineers, Mobile District, has a need for a construction contract to repair and re-paint 6 spillway gates at West Point Lake. The objective of this project is for the contractor to provide all labor, materials and equipment necessary to perform weld repairs, power wash, prime and paint all metal components of the spillway gates, hoists and associated equipment, and existing stoplogs (bid option) with a 3-A-Z vinyl paint system . In order to perform the work, the contractor shall set nine (9) stoplogs to dewater each gate. Only one (1) gate can be dewatered at a time. The existing paint system includes lead primer. Removal and disposal of any failing paint or primer will be accomplished in compliance with applicable laws and regulations. Minor repairs to gate seal keeper bars, skin plate, embedded sills, gate anchorage, lift cables/components, lifting machinery shall be performed as necessary while each gate is dewatered. Weld repairs shall be performed in accordance with AWS D 1.1 “non-tubular statically loaded structures”.  Repairs shall be done with the gates in place. The spillway gates shall be painted and repaired in the gate slots. The gates will not be allowed to be removed. Contractors shall show experience with similar projects that consist of painting Hydraulic Steel Structures in their gate slots, placing stoplogs, replacing spillway gate wire ropes, and performing weld repairs on spillway gates.

The cost of construction is expected to range between $1 million - $5 million.  Proposed construction is estimated to be completed within 5-8 months after the Notice-to-Proceed is issued, but the solicitation will provide detailed information regarding the completion dates. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages:

1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses.

2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.

3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity).

4. Past performance information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last ten (10) years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).

NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: jillian.e.saffle@usace.army.mil and kenneth.p.harlan@usace.army.mil. The subject line of the e-mail shall reference the Market Research number in the announcement and submittals are due no later than February 21, 2023. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 109 ST JOSEPH ST
  • MOBILE , AL 36628-0001
  • USA

Primary Point of Contact

Secondary Point of Contact

History