Inactive
Notice ID:W911XK-19-A-0010
This is a SOURCES SOUGHT notice. The U.S. Army Corps of Engineers (USACE), Detroit District, is conducting a market survey/sources sought notice seeking potential firms that have the capability to per...
This is a SOURCES SOUGHT notice. The U.S. Army Corps of Engineers (USACE), Detroit District, is conducting a market survey/sources sought notice seeking potential firms that have the capability to perform non-destructive testing inspection of lock and dam components at the St Mary's Falls Canal facility located at: St Mary's Falls Canal, 119 East Water Street, Sault Ste. Marie, MI 49783 Non Destructive Testing inspection of lock components includes but is not limited to inspection by qualified technicians per AWS D1.1 and D1.5 using visual, ultrasonic, magnetic particle, dye penetrant, or radiograph methods. Additional test and inspection methods may be required for other materials or circumstances. Components may be landside or on an island. Component access may require fall protection or confined space entry, refer to paragraph 5 for further information on safety requirements. Costs shall be quoted based on the requirements and test to be performed. Transportation of equipment will be coordinated for the specific equipment and work location of each call and may include government assistance in the form of electric carts and wagons, floating plant support, crane lifts, or similar activities. Personnel access is by foot, generally walking up to one mile outdoors over rough surfaces. Provisions for 480v 3-phase electrical power will be provided by the Government. Other forms of power may be available and shall be coordinated with the Government prior to mobilizing equipment to site. Contractor and inspectors must meet the following requirements. 1.1.1 Inspector shall be qualified by the American Society for Nondestructive Testing as required by AWS D1.1 or D1.5 for the specific test method being performed. 1.1.2 Inspector shall supply test equipment and materials required to perform the test. Test equipment shall be calibrated or certified as required by AWS D1.1 or D1.5 for the specific test being performed. 1.1.3 Requirements for inspectors performing other nondestructive testing or inspection shall be in accordance with the most current edition the relevant industry standard (i.e. AWS, ASME, or equal). Contractor personnel must meet security requirements and background checks for working onsite. The contract shall cover a period of three years from the date of issue. The agency intends to issue a blanket purchase agreement contract. The estimated award date of the contract is 26 April 2019. The estimated contract cost is between $100,000 and $500,000. The North American Industrial Classification System (NAICS) code is 541380, which has a size standard of $15,000,000 in average annual receipts. This project requires knowledge of material handling and transport. This is NOT a request for proposal. This announcement is for planning purposes only. In order to determine the extent of industry interest and experience in the requirement, interested contractors shall present the following information: a brief overview of the firm's capabilities and experience on construction projects similar in scope and cost magnitude to this project; and any socio-economic classification(s) (e.g., large business, small business, small disadvantaged business, etc.) as they relate to NAICS code 541380. Qualified companies are encouraged to respond. The response to this notice shall be in summary format and shall not exceed two (2) pages. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Companies or individuals interested in responding are invited to submit their information via email only to Dean Liguori at Dean.Liguori@usace.army.mil. All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. Please send responses by no later than 2:00 PM local prevailing time at Detroit, MI on 15 April 2019. PLEASE REFERENCE "SOURCES SOUGHT: SAO NDT Services", in the subject line.