SOLICITATION NOTICE
Y -- Fort Gibson Replace Spillway Bridge
- Notice Date
- 6/18/2025 10:55:57 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV25RA017
- Archive Date
- 07/03/2025
- Point of Contact
- Tyler Godwin, Phone: 9186697281, Dario Rissone, Phone: 7756697109
- E-Mail Address
-
tyler.l.godwin@usace.army.mil, dario.m.rissone@usace.army.mil
(tyler.l.godwin@usace.army.mil, dario.m.rissone@usace.army.mil)
- Description
- Pre-solicitation Notice For Fort Gibson Replace Spillway Bridge, Fort Gibson Lake, Oklahoma This is a PRE-SOLICITATION NOTICE for the construction of the Fort Gibson Spillway Bridge, at Fort Gibson Lake, Oklahoma. 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 pre-solicitation notice or any follow up postings. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a contract for the construction of the Fort Gibson Spillway Bridge, at Fort Gibson Lake, Oklahoma. The proposed design-bid-build project will be procured as an unrestricted, firm-fixed price contract in accordance with FAR 15, Negotiated Procurement, using the Best Value Tradeoff approach. Project Description: In general, this project consists of the following summarized components: of the existing bridge pedestals, girders, beams, deck, sidewalks, guardrails, electrical power/lighting systems, utilities, catwalk, pier walls down to EL. 583 (as shown on drawings) and all appurtenances as indicated on the drawings; a. Design, construction, and establishment of temporary electrical service to provide uninterrupted operation of all existing Government facilities and structures for the duration of the contract. Temporary electrical power, for operation of existing Government equipment and facilities only (tainter gates, lights, sump pump, lake offices, etc.), will be provided from the Eufaula powerhouse and paid for by the Government. The Contractor shall provide, condition, and pay for all power/electrical service and all other utilities necessary for construction equipment and facilities. b. Design and construction of safety walkways for uninterrupted Government personnel access to all existing tainter gate controls, power systems, and platforms. Minimum design and construction requirements shall be in accordance with OSHA and EM 385-1-1. Installed system shall be designed and constructed so that personal fall protection equipment is not required to utilize the walkways; c. Construction of new bridge and appurtenances including, but not limited to, bridge pedestals, precast pretensioned girders, precast pretensioned deck panels, UHPC closure joints, haunches, and block outs using Ultra High-Performance Concrete (UHPC), sidewalks, parapets, bearing placement, installation of expansion joints, fabrication/installation of access ladders at piers and railings; d. Construction of new electrical power/lighting systems; e. Construction of new catwalks, self-supporting torque shafts, and appurtenances; f. Construction of new waterline; g. Provide an overhead hoist system to government for equipment removal on machinery platforms, located on the piers of the dam. h. Perform repairs to the floating bulkhead. i. Completely clean the construction area, remove all construction equipment, facilities, and debris from Government property, and restore disturbed areas to preconstruction conditions. In accordance with FAR 36 and DFARS 236, the estimated magnitude of construction for this project is between $50,000,000 and $100,000,000. The North American Industry Classification System code for this procurement is 237310 (Highway, Street, and Bridge Construction) which has a small business size standard of $45M. Estimated duration of construction of this project is 850 calendar days. Anticipated solicitation issuance date is on or about 3 July 2025, and the estimated proposal due date will be on or about 19 August 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7d9bc4b263542aa8e6cef32fac5ca94/view)
- Place of Performance
- Address: Fort Gibson, OK, USA
- Country: USA
- Country: USA
- Record
- SN07482607-F 20250620/250618230334 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |