Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912P519T0047
Synopsis: PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue an Request for Quote (RFQ) solicitation for a firm fixed price service contract for Bridge Inspection Ac...
Synopsis: PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue an Request for Quote (RFQ) solicitation for a firm fixed price service contract for Bridge Inspection Access Equipment Rental to accomplish the work at Center Hill Dam, Laurel Dam, Wolf Creek Dam, and Dale Hollow Dam. The Contractor will be responsible for the following activities/items under the proposed contract: The Government requires an inspection truck/trailer (i.e. trailer mounted hydra platform, snooper truck, or equivalent access equipment) with driver and/or operator to facilitate a hands-on inspection of bridge structures by the Government located at Laurel Dam, Wolf Creek Dam, Dale Hollow Dam, and Center Hill Dam during a four day period. Flagmen services and any other required traffic control equipment shall be supplied by the contractor during the inspections. Wolf Creek and Center Hill carry two lanes of traffic and one lane must remain open to traffic at all times during the inspection. The Laurel Intake Bridge is not open to the public and the Dale Hollow Spillway Bridge will be closed by project staff, so traffic control will not be necessary for these two projects. The inspection equipment shall be able to give close access to conduct intensive, up-close inspection over all elements of the bridges. Please include all mobilization / freight, demobilization charges, daily charge (for equipment rental, personnel, per diem, trip charges, overtime charges, etc.), permits and any other applicable charges to the locations indicated during a 4 day period tentatively scheduled between 16-September and 19-September-2019 based on an eight hour work day. Specifications: 1. One lane of the bridge(s) shall remain open to traffic during inspections for the Wolf Creek and Center Hill locations; therefore, the inspection equipment and all appurtenant components shall be limited to the width of one traffic lane. Snooper/Inspection truck must be able to provide up-close access to bridges with the following approximate dimensions: Bridge, Overall Width, Single Lane Width, Curb Width, Height (parapet to bottom of superstructure), Height (top of deck to top of parapet), Span Between Piers Laurel***: 15'-8", 12'-6", 9", 10'-3" , 4'-2", 120' Wolf Creek: 32', 12'-0", 2'-10," 10'-6", 6'-2", 60' Dale Hollow: 20', 8'-3" *, 1'-7" **, 11'-0", 4'-9", 60' Center Hill: 32' ,12'-0", 2'-10", 10'-6", 6'-2", 50' * Lane width restriction will not apply to Dale Hollow, since a road closure will be requested for the inspection. ** Curb also contains railing, so curb width is limited. *** Laurel is not open to the public. This is a Pre-solicitation Notice. This Notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this Notice. The plans and technical specifications for this requirement will only be available upon solicitation issuance. NAICS CODE AND SBA SIZE STANDARD: The anticipated NAICS code is 238990 (All Other Specialty Trade Contractors) with a size standard of $15 Million TYPE OF SET-ASIDE: 100% Small Business SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or around July 29, 2019. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors and quoters are required to be registered in the System for Award Management (SAM) database (www.sam.gov) at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the Federal Business Opportunities (FBO) website, www.fbo.gov. It is and will continue to be, the responsibility of all potential offerors to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.