W912BU25R0019 -F.E. Walter Dam ReHab

SOL #: W912BU25RPre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST PHILADELPHIA
PHILADELPHIA, PA, 19103-0000, United States

Place of Performance

White Haven, PA

NAICS

Highway (237310)

PSC

Maintenance Of Highways/Roads/Streets/Bridges/Railways (Z1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 24, 2025
2
Response Deadline
Feb 10, 2025, 7:00 PM

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.

24 January 2025

Action Code: Pre-Solicitation/Synopsis

Subject: Market Research – F.E. Walter Dam Repairs

Solicitation No.: W912BU25R0019 – F.E. Walter Dam Rehabilitation

Set-Aside Code: Small Business

Response Date: 10 February 2025

Place of Performance: White Haven, PA

The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract to perform repair work of the Francis E Walter Dam located in White Haven, PA.

The FE Walter Dam repair work will consist of:

a. The rocker bearings at Pier 2 have rocked off their keeper key (Photographs and Inspection report to be provided with Solicitation). The bearings would be repaired by temporarily jacking the bridge girders, removing the existing anchor bolts, sliding the keeper plate back (or fabricate a new one, or modify the existing one), and reset the bearings.

b. The anchor bolts at the fixed bearings at pier 2 are corroded and have no washers (Photographs and Inspection report to be provided with Solicitation). Remove the nuts and install new nuts and washers.

c. Lubricate all bearings.

d. Numerous concrete spalls and delaminations are noted on the piers and abutments (Photographs and Inspection report to be provided with Solicitation). The deteriorated concrete will be removed and replaced with new concrete.

e. The deck is in satisfactory condition, but the top surface is moderately scaled (Photographs and Inspection report to be provided with Solicitation). A thin overlay will be applied to restore the surface and seal the deck from any water intrusion.

Traffic control is anticipated as all work will be conducted on a service bridge adjoining a public roadway. Although the physical bridge is considered a restricted area, the adjoining roadway will be open to public travel and construction activities will need to be given special consideration depending on the time of the year this work is conducted.

The Period of Performance is 180 calendar days. Work on the project is anticipated to begin 30 calendar days after contract award and completed 180 calendar days after commencement of work.

Solicitation Number W912BU25R0019 will be issued on or about 28 February 2025, with proposals due on or about 31 March 2025.  The estimated cost range of this project is between $500,000 and $1,000,000.

The NAICS Code for this project is 237310 Highway, Street, and Bridge Construction and the small business size standard is $45 Million. 

Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisition decisions. Narratives are requested with the following information, which shall not exceed a total of eight (8) 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 small businesses shall be indicated on first page of submission.
  3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity.
  4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts.
  5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror’s role, dollar value of contract, 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).

Responses should be sent to Frederick Conway, at frederick.conway@usace.army.mil on or before February 10, 2025, at 2:00 PM EST.

People

Points of Contact

Michael J. HunterSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Jan 24, 2025
W912BU25R0019 -F.E. Walter Dam ReHab | GovScope