Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

54 -- Rope Access Rigging and Supervision for Structural Inspection of Libby Dam and Mud Mountain Dam Pedestrian Bridge

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
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
W912BU-15-T-0035
 
Response Due
5/11/2015
 
Archive Date
7/4/2015
 
Point of Contact
Ryan T. McWilliams, Phone: 2156566761, Linda M. Dobbs, Phone: 2156566923
 
E-Mail Address
Ryan.T.McWilliams@usace.army.mil, linda.m.dobbs@usace.army.mil
(Ryan.T.McWilliams@usace.army.mil, linda.m.dobbs@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USACE must conduct a structural inspection of the above-water concrete surface, left abutment rock face, right abutment adit, and service bridges of Libby Dam located on the Kootenay River approximately 17 miles east of Libby, Montana. Libby Dam is a mass concrete gravity type structure and is 3,055 feet long and 422 feet high. The left abutment rock face is approximately 250 feet high. The right abutment adit is considered a confined space. The Contractor will not need to enter the adit except in an emergency/rescue scenario. USACE must also conduct a structural inspection of a pedestrian access bridge at Mud Mountain Dam located on the White River approximately 8 miles southeast of Enumclaw, Washington. The bridge is a 325 foot steel box through-truss bridge. It is enclosed on all four sides by timber decking and chain-link fence. Attachment A includes some drawings and photographs of the structures. This scope is a description of services to be provided by a contractor to enable the inspection. The Contractor shall provide one (1) Level III Rope Access Supervisor and one (1) Level II Rope Access Assistant to perform the following duties: Develop effective rigging and safety plan, supply all necessary rescue/rigging and rope access equipment, and perform rigging, safety supervision and potential rescue services for the U.S. Army Corps of Engineers (USACE) inspection team. The inspections are anticipated for two (2) days at Mud Mountain Dam and four (4) days at Libby Dam. The scheduled dates are 16-17 May 2015 at Mud Mountain Dam, and 18-21 May 2015 at Libby Dam. Travel time between the two sites is included in these dates. This portion will incorporate the BASE contract. If additional days are required, the inspection will continue on subsequent days. One OPTION for the contract will be included for work on 22 May. The contractor must provide one (1) IRATA/SPRAT Level III Rope Access Technician with previous experience as Level III on a minimum of 3 similar structural inspection projects and one (1) IRATA/SPRAT Level II Rope Access Technician (to assist the Level III) with previous experience as Level II on a minimum of 3 similar structural inspection projects. Qualifications and past experience to include IRATA/SPRAT certifications and work experience shall be submitted to USACE no less than seven (7) days prior to the inspection. Development of Job Hazard Analysis. Prior to conducting any rope access work before each shift, the contractor will hold documented safety meetings, rescue pre-planning, and complete and provide Job Hazard Analysis forms. The contractor shall coordinate with the USACE technical POC to develop and provide the JHA, including rescue plan, and host a daily pre-work safety briefing before inspection work commences. The JHA shall be developed to the extent possible with information available and must be submitted to the USACE as a draft no less than seven (7) days prior to the inspection with the qualifications and experience submittal. The JHA must be completed on site by the contractor with USACE and facility POC input, and must be reviewed and signed by all applicable parties at the daily pre-work safety briefing prior to the inspection. Provide rigging for access and safety supervision of four USACE inspectors performing inspection via rope access. Access to the entire downstream face and left abutment rock face of Libby Dam and every panel point of the Mud Mountain Pedestrian Bridge will be required. The USACE inspectors are trained and certified by IRATA or SPRAT as Level I Rope Access Technicians. The safety supervision will ensure proper rigging strategies and compliance with requirements outlined in IRATA or SPRAT industry standards and the USACE Safety Manual referenced in Section 1.4 below. Ensure that work is coordinated with the USACE technical POC. The Contractor is responsible for providing his own rope access equipment as well as any additional equipment necessary for a potential rescue scenario. The contractor shall also provide all necessary rope access equipment (ropes, anchor straps, rope protectors, etc.) to support four rope access inspectors working concurrently at Libby Dam. For planning purposes, the proposed inspection locations to be access are shown by the diagram in the attachment. USACE inspectors will provide their own personal gear to include multi-purpose harness, except as noted in Section1.3.5 below. It is anticipated that each of the four (4) USACE inspectors will need four (4) ropes apiece at one time. Provide two (2) complete rope access technician kits to include harness, helmet, chest ascender, handled ascender, foot sling, descender, ASAP, carabiners, gloves, and all other necessary equipment for one (1) day of rental use each by USACE geotechnical engineers to inspect the left abutment rock face and right abutment adit. The kits will be returned to the Contractor following the inspection. The contractor must provide the following tools and equipment to be utilized for the inspection work. Equipment and tools will be retained for government use subsequent to the inspections: Twenty-five (25) concrete/rock expansion bolt and hanger anchors with minimum 5000 pound capacity Two (2) drill bits appropriate for installation of the above anchors Eight (8) multi-channel, waterproof, buoyant, rechargeable two-way radios with minimum 35-mile range and key-pad lock. The radios must have maximum dimensions of 6.25 quote mark x 2.15 quote mark x 1.15 quote mark and a maximum weight of 0.30 pounds. The Contractor shall install the anchors listed above in Section 1.3.6 at locations to be determined by the USACE team leader once onsite at Libby Dam. The contractor shall supply the necessary drill and any other tools needed to complete this work. All equipment must meet or exceed OSHA and ANSI requirements, and be in accordance with applicable 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. Solicitation No. W912BU-15-T-0035 will be available on or about 6 May 2015 via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Offerors are responsible for printing copies of the RFQ and any amendments. Offers will be due on 11 May 2015 at 17:00 p.m. ET and can be faxed (215-656-6798), e-mailed (ryan.t.mcwilliams@usace.army.mil), or mailed to USACE, Philadelphia District. All proposals must be emailed to Ryan McWilliams, Contract Specialist at Ryan.T.McWilliams@usace.army.mil with a carbon copy issued to Linda Dobbs, Contracting Officer at Linda.M.Dobbs@usace.army.mil and a carbon copy issued to John Zacheiss, Structural Engineer at John.W.Zacheiss@usace.army.mil. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. Award will be made as a whole to one offeror. All contractors are required to be registered in the DOD's System for Award Management before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the following internet website: https://www.sam.gov. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following internet web site: https://vets100.vets.dol.gov/. This procurement is 100% SBSA. The NAICS code is 541690 with a Size Standard of $14.0.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-T-0035/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03724189-W 20150509/150507235451-07253cb3bb0903b64d8fda8d50a4b41a (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  © 1994-2020, Loren Data Corp.