Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2015 FBO #4831
SOURCES SOUGHT

H -- Rope Access and Rigging Supervision and Services Related to Structural Inspection Activities

Notice Date
2/13/2015
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU15RXXXX
 
Response Due
2/18/2015
 
Archive Date
4/14/2015
 
Point of Contact
cherita williams, 215 656 6921
 
E-Mail Address
USACE District, Philadelphia
(cherita.l.williams@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Division13 February 2015 FedBizOps Action Code: Sources Sought Class Code: 541690 Technical Consulting Bridge Inspection Services Subject: Rope Access and Rigging Supervision and Services Related to Structural Inspection Activities Set-Aside Code: Total Small Business Response Date: Wednesday, February 18, 2015; 12:00 PM, EST Contracting Office: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390 Description of Work: This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A market survey is being conducted to determine if there are adequate Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Small Business contractors for the following proposed work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. The Philadelphia District, U.S. Army Corps of Engineers (USACE) intends to award an Indefinite Quantity Indefinite Delivery Order firm fixed price contract. The proposed contract will be an Sole Source 8(a) or Small Business competitive firm-fixed price contract procured in accordance with FAR 12, Commercial Items using the Lowest Priced Technically Acceptable. The proposed contract will provide all required equipment, personnel and meet all safety requirements. 1. The Structural Engineering section of the U.S. Army Corps of Engineers, Philadelphia District, performs numerous bridge inspections yearly that require rappelling from bridge decks to provide accurate inspections. During these inspections the Structural Engineers require assistance in performing these inspections by having contractors supply equipment and a level of supervision for safety. Services may be required on short notice, necessitating close contact between the Contractor and personnel in the District Office. Services may be required anywhere throughout the continental United States. 2.CONTRACTOR RESPONSIBILITIES. The Contractor shall furnish all labor, materials, equipment, supplies, transportation and services required to accomplish the work described herein and in subsequent task orders under this contract. 3.EQUIPMENT LIST This list contains equipment which the contractor shall have access to or have the ability to rent. All equipment must meet or exceed OSHA and ANSI requirements, and be in accordance with applicable SPRAT and/or IRATA standards and the Corps of Engineers Manual EM 385-1-1, entitled Safety and Health Requirements Manual, dated September 2008. Contractor personnel shall follow comprehensive safety guidelines for rope access in accordance with IRATA and/or SPRAT requirements as applicable for quality assurance, safety, training, documentation and working practices. a.Underbridge access equipment to reach up to 70 feet. b.Under bridge access machine with up to a 60 foot horizontal reach. It should allow access to work above, below, or alongside the bridge span. c.Aerial lift Equipment with up to 120' horizontal reach d.Utility Style Bucket Trucks with 40-50 ft reach with aerial baskets e.Utility Style Bucket Vans with 30-40 ft aerial baskets f.Truck mounted hydraulic platform unit 4.ROPE ACCESS SERVICES a.Contractor shall have access to a (1) IRATA/SPRAT certified Rope Access personnel: i.Level I ii.Level II iii.Level III Team Leader/ Rope Access Supervisor iv.American Society for Nondestructive Testing (ASNT) certified Level II weld inspector, who also holds a minimum IRATA or SPRAT Level I Rope Access Technician certification and is CWI certified. The ASNT inspector must have experience with ultrasonic shear wave inspection methods while using rope access on a 3 prior similar structural inspection jobs within the previous year. b.Contractor will be required to develop a Job Hazard Analysis (JHA) for each task order as needed. c.Contractor may be required to provide safety supervision of USACE engineers performing inspection via rope access by SPRAT or IRATA certified personnel to include one (1) Level III Team Leader/Rope Access Supervisor. The safety supervision will include ensuring proper rigging strategies and all actions are in accordance with requirements outlined in SPRAT or IRATA industry standards. In addition to the certification requirements, the Level III team leader must have previous experience as Level III on a minimum of 3 prior similar structural inspection jobs. d.Contractor shall be required to provide the names, qualifications, and previous experience records of the proposed technicians that may be assigned to this project, to include SPRAT or IRATA certifications, ASNT certifications and work experience shall be submitted to USACE with the Contractor's cost proposal. e.The contractor may be required to perform non-destructive testing (ultrasonic shearwave, magnetic particle, and penetrant) of welds with an ASNT certified Level II inspector. Details of NDT shall be coordinated with the USACE technical POC prior to work. NDT test reports shall identify the location of flaws that do not meet the acceptance criteria and the actual location of flaws shall be marked on the tested welds using indelible ink visible for photos. The NDT technician shall photograph all tested locations that contain defects. The photos shall show the location of defects and shall identify the gate number and location of the defect on the structure. Written report shall provide level of failure, including reference level, sound path, indication level, location, etc. Simply providing a quote mark pass/no pass quote mark documentation report of NDE results will not be acceptable. Results must be sufficient to allow analysis of weld deficiency and location of flaw for structural weld repairs. The NAICS Code for this project is 541690 and the small business size standard is $15 Million. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Small Business contractors should submit a narrative containing the following information: A.Contractor Identification Data, to include: 1.Contractor data (Name, Address, Zip Code) 2.Cage Code 3.DUNS 4.Contract number(s) 5.Dates of contract performance 6.Socioeconomic designation 7.Bonding Capabilities (single project and aggregate) B.A short Executive Summary of your company's prime area of business, capabilities, and qualifications to include firm size and key personnel and (no more than one page at 12 point font). C.A short narrative explaining any network of contractors/subcontractors/suppliers within which your organization routinely operates, that allows your organization to provide the range of supplies, services, and capabilities identified below (no more than three pages at 12 point font) Provide the name, position, address and phone number of your firm's central point of contact for the submitted information in the event clarification of your firm's capabilities is warranted. Narratives shall be no longer than five (5) pages. Responses should be submitted electronically via e-mail to Cherita L. Williams at Cherita.L.Williams@usace.army.mil on or before February 18, 2015 by 12:00PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU15RXXXX/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03642380-W 20150215/150213234713-d11666ee9bc9256c30d890939f0c0e74 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.