SPECIAL NOTICE REQUEST FOR INDUSTRY INPUT
Fort Gibson Replace Spillway Bridge, Fort Gibson Lake, OK
This is a Special Notice Request, seeking industry input for preliminary planning purposes in market research concerning the acquisition 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 REQUEST. No reimbursement will be made for any costs associated with providing information in response to this request or any follow up information requests.
The U.S. Army Corps of Engineers Tulsa has been tasked to solicit for and award the construction of the Spillway Bridge at Fort Gibson. The proposed project is anticipated to be a competitive, firm-fixed price, design/bid/build, contract procured in accordance with FAR 15, Negotiated Procurement using the best value trade-off process.
The purpose of this request is to gain knowledge of interest of the project and to collect industry feedback concerning the biddability, constructability, and any market conditions that may impact the project. Interested firms shall submit an email no later than 19 June 2025 with the following information:
- Interest in the Project
- Description of any Recent and Relevant Experience Performed.
- A Capabilities Statement
- Completed PLA Market Survey
The Government is seeking interest from qualified and experienced sources capable of performing a project of similar size and scope. In general, this project consists of the following summarized components:
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 blockouts 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. 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/DFARs 236, the estimated construction price range for this project is between $50,000,000.00 and $100,000,000.00.
The North American Industry Classification System code for this procurement is 237310 which has a small business size standard of $45 Million.
Anticipated solicitation issuance date is anticipated to occur on or around 2 July 2025. The official request citing the solicitation number will be issued under Contracting Opportunities via www.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued.
Firm's response to this Request shall be limited to 5 pages and shall include the following information:
- Firm's name, address, point of contact, phone number, and e-mail address.
- Firm's interest in bidding on the solicitation when it is issued.
- 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.
- Firm's Business Size LB, SB, 8(a), HUBZone, SDVOSB, or WOSB.
- Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable
- Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.
- Firm's Completed PLA Labor Market Survey attached in the special notice.
Interested Firms shall respond to this Request no later than 2:00PM CT 19 June 2025. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Mr. Tyler Godwin, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Tyler.L.Godwin@usace.army.mil. Please also provide a copy of the response to Mr. Dario Rissone, at Dario.M.Rissone@usace.army.mil.
Background
The U.S. Army Corps of Engineers - Tulsa is seeking industry input for the preliminary planning of the Fort Gibson Spillway Bridge project at Fort Gibson Lake, Oklahoma. This initiative aims to gather feedback on the project's biddability, constructability, and market conditions that may affect its execution.
The contract will be a competitive, firm-fixed price, design/bid/build procurement process using the best value trade-off method. This notice is not a solicitation for proposals and no contract will be awarded from this request.
Work Details
The project encompasses several key construction tasks:
(a) Design and establish temporary electrical service to ensure uninterrupted operation of existing Government facilities during construction;
(b) Design and construct safety walkways for access to tainter gate controls and platforms, adhering to OSHA standards;
(c) Construct a new bridge with components such as bridge pedestals, precast girders and deck panels using Ultra High-Performance Concrete (UHPC), sidewalks, parapets, and access ladders;
(d) Develop new electrical power/lighting systems;
(e) Build new catwalks and torque shafts;
(f) Install a new waterline;
(g) Provide an overhead hoist system for equipment removal on machinery platforms;
(h) Clean the construction area post-project and restore disturbed areas to preconstruction conditions.
Place of Performance
The construction projects will be performed at Fort Gibson Lake, Oklahoma.