Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

C -- Bridge Inspection and Incidental Remedial Design A&E Services IDIQ

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ17X0015
 
Point of Contact
Robert Garrahan, Phone: 9783188814
 
E-Mail Address
Robert.C.Garrahan@USACE.Army.mil
(Robert.C.Garrahan@USACE.Army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for an Indefinite Delivery/Indefinite Quantity Architect-Engineer contract for Bridge Inspection and Incidental Remedial Design to determine the interest, availability, and capability of HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns. The NAICS code for the work described below is 541330 with a size standard of $15,000,000. Work will begin in March 2018 and extend over a 5 year period. The location of services to be performed under this contract shall be primarily the six New Enlgand States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts currently covered by the U.S. Army Corps of Engineers, North Atlantic Division's (NAD's) mission areas (NY, PA, NJ, DE, MD, VA, WV and the District of Columbia). This work involves bridge inspection, incidental remedial design, diagnostics, analysis, and various data gathering activities (e.g., development of site-specific wind, seismic, and/or geotechnical parameters), to be used for the design of either bridge repairs or replacement. The contractor will be required to perform inspections to determine the physical condition of selected bridges. The primary bridges to be inspected are the Bourne and Sagamore Highway Bridges spanning the Cape Cod Canal at Bourne, MA, and the Vertical Lift Railroad Bridge spanning the Cape Cod Canal at Buzzards Bay, MA, but other bridges in the Corps of Engineers inventory may also be part of this contract. The Bourne and Sagamore Bridges are seven-span and three-span, respectively, continuous truss bridges; both with a considerable portion of the 616-foot center span over 100 feet above deck level and with a 135-foot vertical clearance over the canal. Use of aerial lifts, technical rope access techniques, rigging, or combination thereof, will be required to access most areas of the structures involved. Inspection of the above-deck arch portions of both the Bourne and Sagamore Bridges will require a method of access that does not require any traffic control, specifically technical rope access techniques. The Vertical Lift Railroad Bridge has a 544-foot lift span flanked by tower spans at each end. With the lift span in the raised position, there is a 135-foot vertical clearance over the canal. Use of aerial lifts, technical rope access, rigging, or a combination thereof, will be required to inspect the structure. Inspection of the mechanical and electrical components of the Vertical Lift Railroad Bridge's operating system will also be required. Other bridges in the inventory are located at various Corps projects, and range from larger (> 100 feet) built-up steel girder bridges over spillways and connecting dam crests to control towers, to smaller concrete or steel bridges within project reservoir areas. Underwater inspections and using remote control or automated inspection techniques such as the use of UAV's (Unmanned Aerial Vehicles) may be required for this contract. Data gathering activities may include but not be limited to such tasks as developing site-specific wind and/or seismic data, scour analyses, material testing, and the installation of bridge diagnostic instrumentation, and monitoring associated with those bridge diagnostics. In most instances, a "Routine Inspection," as described in the American Association of State Highway and Transportation Official's (AASHTO) Manual for Condition Evaluation of Bridges, will be the level of inspection required for vehicular bridges. In general, a "Periodic Inspection" as described in the American Railway Engineering and Maintenance-of-Way (AREMA) Manual for Railway Engineering will be the level of inspection required for railroad bridges. Personnel must be registered professional engineers and meet all the required qualifications set forth in the "National Bridge Inspection Standards" as published in the Code of Federal Regulations (23 CFR Part 650), the required qualifications as set forth in the U.S. Army Corps of Engineers Regulation, ER 1110-2-111, "USACE Bridge Safety Program" and have completed a comprehensive training course based on the "Bridge Inspector's Reference Manual" from the Federal Highway Administration. Due to the need to have all inspection reports independently reviewed and to allow for different inspectors over the life of the contract, the A-E will need to have two complete review teams, each comprised of a team leader, 3 structural engineers who are bridge technical specialists, a mechanical engineer, and an electrical engineer. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), staff size, primary area of expertise, resume of the likely two team leaders, statement indicating ability to man two complete review teams. and examples of projects illustrating experience with a) inspection of complex high-level steel bridges comparable to the Bourne and Sagamore bridges using the same methodology specified above, b) inspection of moveable bridges using the same methodology specified above for the Vertical Lift Railroad Bridge, c) underwater inspections, d) use of remote control or automated inspection techniques such as unmanned aerial vehicles, e) remedial bridge design, and f) diagnostics, analysis and data gathering used for the design of bridge repair and/or replacement. Responses are required no later than May 31, 2017. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Robert Garrahan, Contract Specialist. The electronic copy should be sent to Robert.C.Garrahan@USACE.Army.mil. Responses shall be limited to twenty pages. Firms interested shall provide the above documentation in one original hard copy and one electronic copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ17X0015/listing.html)
 
Place of Performance
Address: The location of services to be performed under this contract shall be primarily the six New England States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts currently covered by the U.S, Army Corps North Atlantic Division’s (NAD’s) mission areas (NY, PA, NJ, DE, MD, VA, WV and the District of Columbia)., United States
 
Record
SN04514427-W 20170520/170519000317-0ac95a8f669733ad2cc5a5c304ca85c9 (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.