Garrison Spillway Gates Nondestructive Testing

expired opportunity(Expired)
From: Federal Government(Federal)
W9128F19Q0051

Basic Details

started - 09 Jul, 2019 (about 4 years ago)

Start Date

09 Jul, 2019 (about 4 years ago)
due - 11 Jul, 2019 (about 4 years ago)

Due Date

11 Jul, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W9128F19Q0051

Identifier

W9128F19Q0051
Department of the Army

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)USACE (38130)NWD (6936)W071 ENDIST OMAHA (1901)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:May 21, 2019 3:35 pmModified:Jun 07, 2019 4:54 pmTrack Changes This is a solicitation for Garrison Spillway Gates Nondestructive Testing. The solicitation will close on 11 July 2019 at 2PM CST. The solicitation is 100% Small business set aside.Project Description:The work required by this contract will be non-destructive testing services including shear wave ultrasound, phased array ultrasound, magnetic particle testing, and dye penetrant testing. The intent of this contract is to more accurately determine sizes and locations of flaws in welds and steel castings on the Spillway Gates at Garrison Dam. Work will also use phased array ultrasound to measure extent of loss due to corrosion of steel plates where plates are embedded in concrete. Testing will require removal of vinyl paint at the locations to be tested and re-coating with a vinyl paint system. Work will be on the downstream side of the gates with the gates closed. Shielding of work areas from gate seal leakage may be
required. Access to the locations to be tested will require temporary work platforms or other special access methods.A site visit is scheduled for 26 June 2019 at 9:00 AM CST. Contractors interested in seeing the site need to make reservations with Robert (Bob) Wilcutts, telephone (701) 654-7762 or by email at robert.k.willcuts@usace.army.mil.Contractors are to meet at the Power Plant. Contact Bob if directions are needed.NAICS Code:The Primary North American Industry Classification System (NAICS) code anticipated for solicitation is 541380, Testing Laboratories, with a size standard for Small Business of $15 MillionObtaining Solicitation Documents:Solicitation documents will be posted to the web via Federal Business Opportunities (www.fbo.gov).Find solicitation announcement in Fed Biz Opps (www.fbo.gov)1. Use the ‘Quick Search' to locate the project (by entering the solicitation number) or use the advanced search features offered in the ‘Find Opportunities' (large arrow in the middle of the page) or use the ‘Opportunities' tab followed by the ‘Advanced Search' tab.2. By using the ‘login' feature, it allows additional search features and allows you to keep your searches. Login might be required on some solicitations that are considered restricted.3. Once you have located your project, click on link to solicitation to view the project. Files may be downloaded from the column on the right side reading ‘All Files' or from the ‘Packages' tab.4. If you want other vendors, sub-contractors or contractors to contact you, click on the ‘Interested Vendors' tab and then ‘Add me to Interested Vendors' link at the bottom of the page.Offerors:Please be advised of on-line registration requirement for Representations and Certifications Application is located in System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/.Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission or update to SAM.Contracting Office Address:USACE Omaha District1616 Capital Ave, Omaha, NE 68102-4901Point Of Contact:All questions shall be submitted on ProjNet (ProjNet access, and additional guidance, will be given at time of solicitation issuance).Note: Offerors please be advised that an online registration requirement in System for Award Management (SAM) database http://www.sam.gov/ exists and directed solicitation provisions concerning electronic annual Representations and Certifications on SAM. Representations and certifications are required to be up-dated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. Solicitation documents will be posted to the web via Federal Business Opportunities (FedBizOpps) (www.fbo.gov). Registration is required to access solicitation documents. Federal Business Opportunities provides secure access to acquisition-related information, synopsis or pre-solicitation notices and amendments.Garrison Spillway Gate NDT -Evaluation Criteria:(a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be the best value to the Government.1. Past Performance - The quoter shall provide three (3) references of projects completed within the past five (5) years. Experience consists of projects completed as a prime contractor or projects of qualified subcontractors that have the capabilities to perform this work. These references need to be equal to or similar in scope of this requirement. The contractor shall provide dates and pertinent information to demonstrate how they are comparable to this requirement in size and complexity. The contractor shall include points of contact, titles, telephone numbers, and email addresses (if available) for all references.2. Project Management and Safety Plan - The quoter shall provide their corporate Project Management and Safety plan that will be followed and is applicable to a project of this complexity. With respect to safety, the following three sections are expected: Fall Protection, Crane and Rigging Safety, and Respiratory Protection. The submitted plan will be ranked as Exceptional, Good, or Not Acceptable with thorough plans with employee qualifications and certifications typically receiving a higher ranking.Primary Point of Contact:Timothy BoyteTimothy.b.boyte@usace.army.milPhone: 402-995-2589Added:Jun 13, 2019 7:55 amDue to the size of the drawings, please send an email to Nadine Catania at nadine.l.catania@usace.army.mil to receive the drawings via a system able to distribute larger sized documents.

PO Box 527 Riverdale, North Dakota 58565 United StatesLocation

Place Of Performance : PO Box 527

Country : United States

Classification

541 -- Professional, Scientific, and Technical Services/541380 -- Testing Laboratories
naicsCode 541380Testing Laboratories and Services
pscCode 66INSTRUMENTS AND LABORATORY EQPT