Arcadia Wet Well Rehabilitation, Arcadia, Oklahoma
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) is conducting a Sources Sought market survey for the Arcadia Wet Well Rehabilitation project at Arcadia Dam, Oklahoma. This is not a solicitation but market research to determine a set-aside decision for a future construction contract, anticipated around August 2026. Responses are due by April 21, 2026, 2:00 PM CDT.
Scope of Work
The project involves the rehabilitation of wet wells, including:
- Base Bid:
- Fabrication of two structural steel bulkheads.
- Removal and disposal of existing low flow inlet and gates at the north wet well.
- Construction and installation of new ductile cast iron low flow inlet and gates with appurtenances in the north wet well.
- Removal and replacement of angle H frames and structural bolts in both north and south wet wells.
- Options:
- Removal, disposal, construction, and installation of ductile cast iron low flow inlet gate and appurtenances at the south wet well.
- Removal, disposal, procurement, and installation of six wet well inlet gates and appurtenances at both north and south wet wells.
The new gate system must be operationally equivalent to the existing equipment.
Special Requirements & Constraints
Contractors must possess seven (7) years of relevant experience with projects involving the replacement and/or repair of hydraulic steel structures. The government will not provide materials, equipment, or labor, except for setting stoplogs and gate operation. Work on only one gate at a time is permitted. Challenges include existing wet well inlet gates not aligning with grating openings and leaks, potentially requiring temporary work platforms. Contractors are expected to fabricate new bulkheads and trash rack assemblies prior to gate installation.
Business Size and Set-Aside Information
This market survey is open to all business sizes, including Small Business, Section 8(a), HUBZone, WOSB, SDVOSB, and Large Businesses. The primary NAICS Code is 237990 (Other Heavy and Civil Engineering) with a size standard of $45M.
Submission Requirements
Interested parties must submit an Experience/Capabilities Statement (maximum 5 pages) by April 21, 2026, 2:00 PM CDT. The statement should include:
- Firm's name, address, Point of Contact (POC), phone, email, CAGE Code, and UEI.
- General experience related to wet well rehabilitation.
- Teaming Arrangement, Joint Venture, and/or Mentor-Protege information (if applicable).
- Up to three relevant project examples from the past three years.
Submissions must be in PDF format, named
ACME_SS W912BV26RA000_EXP STATEMENT.
Contact Information
Questions should be emailed to Mr. Clinton J. Yandell at clinton.j.yandell@usace.army.mil. Personal visits are not permitted.
Important Notes
Firms must be registered in the System for Award Management (SAM) to be eligible for future award. No hardcopy or facsimile submissions will be accepted. The place of contract performance is Arcadia Dam, Oklahoma.