Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 5 PM
Sources Sought
Glouster Ohio

SOURCES SOUGHT for Tom Jenkins Dam Concrete Repair in Glouster, Ohio

Details

Solicitation ID W9123725X18JI
Posted Date 25 Jun 2025 at 5 PM
Response Date 16 Jul 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W072 Endist Huntington
Agency Department Of Defense
Location Glouster Ohio United states 45732

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Sign up to access Documents

Signup now

This is a SOURCES SOUGHT notice to determine the capabilities of small business firms for a small business set-aside.  This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach.  No solicitation or technical scope of services is available currently.  The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions.  Small businesses are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice.

NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this notice.  Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The purpose of this notice is to gain knowledge of potentially qualified large and small business sources to include small businesses in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned.

Contractor shall demonstrate through professional registration, company, and personnel resumes, executed examples, and supporting customer feedback documentation its ability to meet the requirements for work related to the Tom Jenkins Dam Concrete Repair.

  1. Rehabilitation of the right training wall of the stilling basin along monolith one (1) and the headwall of the outlet tunnel monolith.
  2. Rehabilitation of the right training wall of the stilling basin along monolith two (2).  
  3. Rehabilitation of the right training wall of the stilling basin along monolith three (3).
  4. Rehabilitation of the vertical monolith joints located on the right training wall and shall require dewatering of the stilling basin.
  5. Removal and replacement of the parapet wall along the length of monolith four (4).
  6. Removal and replacement of the parapet wall along the length of monolith one (1) and outlet tunnel monolith.
  7. Removal and replacement of the parapet wall along the length of monolith two (2).
  8. Removal and replacement of the parapet wall along the length of monolith three (3).  

Contractor staff must be able to meet security clearance requirements as defined in Homeland Security Presidential Directive 12 "Policy for a Common Identification Standard for Federal Employees and Contractors."

Contractor's personnel and laborers must have proper qualifications, credentials, and obtain any required professional licensing for the category or area of expertise that they will be utilized for.

The submission is limited to 10 pages (20 front and back), to include:

  1. Contractor’s name, DUNS number, address, point of contact, phone number, and e-mail address.
  2. Contractor's interest in proposing on a solicitation, if issued.
  3. Contractor's capability to perform a contract of this complexity and examples of comparable work performed within the past 10 years based on the above criteria.  Describe any similar activities listed in this announcement that your company is unable to perform.
  4. Describe the professional qualifications of your company.  Provide the number and qualifications of registered professional personnel and laborers that you intend to utilize for work on this project.
  5. Describe your company's capacity to obtain any required bonding, such as proposal, payment, and performance and your company’s ability to meet insurance requirements.
  6. Verification of any Small Business Administration (SBA) certification(s), if applicable.

All interested contractors should provide a response by close of business, July 16, 2025.  Submit your response to Katrina D. Lazare via email at [email protected] and Danielle L. Roar via email at [email protected].  Electronic submission is required.

Similar Opportunities

Similar Awards

Location Unknown 09 May 2017 at 10 AM
Location Unknown Not Specified
Location Unknown 08 Sep 2016 at 3 PM
Location Unknown 09 Feb 2015 at 5 PM
Philadelphia Pennsylvania 05 Sep 2019 at 4 PM