J--MAINTENANCE AND REMOVAL SERVICES OF UNDERWATER ACOUSTIC DETERRENT SYSTEM
The U.S. Department of Interior, U.S. Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resour... The U.S. Department of Interior, U.S. Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the potential need for services underwater Acoustic Deterrent System maintenance and removal services installed in the Mississippi River at Keokuck, IA. This is NOT a solicitation for proposals, proposals abstract, or quotation. This is a Sources Sought notice to determine what size companies can perform this requirement. The purpose of this notice is to obtain information regarding: (1) The availability and capability of qualified small business sources; (2) Whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) Their size classification to the North America Industry Classification System (NAICS) code 333914 ¿ Measuring, Dispensing, and Other Pumping Equipment Manufacturing. A firm is considered small under NAICS code 333914 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $750.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in category (2) above, any solicitation may be issued as unrestricted without further consideration. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. A. BACKGROUND AND INTRODUCTION The United States Geological Survey (USGS) Upper Midwest Environmental Sciences Center (UMESC) in partnership with the United States Army Corps of Engineers (USACE), and the US Army Engineering Research and Development Center (ERDC), is seeking repair services of a temporary underwater Acoustic Deterrent System (uADS) that is currently installed in the lock approach channel of Lock 19 (Keokuk, IA) located in the Upper Mississippi River. A large-scale prototype uADS was installed in a downstream discharge lateral of the lock approach channel in February 2021. Repair services are needed for known issues to ensure underwater equipment and above-water cables are operating as expected and to repair or replace damaged speakers and hydrophones. B. PROJECT REQUIREMENTS Underwater construction and maintenance services are required to repair Government-furnished components of the uADS installed at Lock 19 on the Mississippi River. Contractor shall provide the complete removal of the ¿soundbar¿ (i.e., steel weldment that contains the speakers) and associated cables, relocation of the soundbar to land for USGS/ERDC to make repairs and speaker replacements, and the reinstallation of the soundbar. Two additional Option items should include 1) an underwater survey of the monitoring components and replacement of one hydrophone in the lock chamber, and 2) removal of the system and return of the site to pre-construction conditions in winter/spring 2024. Contractor must actively have the following documentation in place as written in the EM 385-1-1 section 30, ER 385-1-86 Dive Safety, ADCI Association of Diving Contractors International and OSHA 29 CFR 1910 subpart T. Background checks (see Section 01 79 50 of Attachment 2). Third Party background checks should be supplied to the USGS and USACE for any person that may be on-site at Lock 19 to meet the minimum-security requirements, prior to any work being started. Site Safety Plan. Assure Site Safety Plan is completed (EM 385-1-1) and reviewed by USACE/USGS prior to construction. Dive Plan. Regarding diving, the following documentation as written in the EM 385-1-1 section 30, ER 385-1-86 Dive Safety, ADCI Association of Diving Contractors International and OSHA 29 CFR 1910 subpart T will be required: SPM - Safe Practice Manual from the contractor - See Section 30.A.15. Dive Certifications/documentation Proof of Dive Certification for each dive team member (accredited commercial dive school or ADCI card) An ADCI card or similar certification from an internationally recognized commercial diving organization may be substituted as proof of training for divers demonstrating more than five (5) years of diving experience within the six (6) years preceding beginning of dive operations. 30.A.06 Diver Physical - Current fit to dive letter. (DO NOT include any information that could be in violation of HIPAA). 30.A.09 O2 (oxygen provider) card - 30.A.08 CPR and 1st aid cards - 30.A.08 4 dive logs with similar decompression techniques as in the dive plan, using the particular diving techniques and equipment. Divers shall demonstrate that at least 1 of the 4 qualification dives was performed in the last 9 months prior to the start of dive operations. Dive tenders must have previous experience and training as a dive tender. 30.A.07 Dive Plan - See Section 30.A.16. EMP - Emergency management Plan - See Section 30.A.18. AHA - Activity Hazardous Analysis - See Section 30.A.17. LOTO - Lock Out Tagout Plan for lock 19 and following the locks procedures Qualified MVR dive inspector will need to be on site every day. 30.A.12 C. ANTICAPTED PERIOD OF PERFORMANCE March 13, 2023 through May 30, 2023 with one option year D. SUBMISSION OF CAPABILITY STATEMENT AND DELIVERY INSTRUCTIONS: In 10 pages or less, respondents shall submit a capability statement of the organization which demonstrates their ability to supply the above requirements (see Technical Requirements section). Capability statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Responses must reference the Sources Sought number and include the following: 1. Name and Address of the Company, DUNS number, 2. Size and type of business, pursuant to the applicable NAICS code. 3. Point of contact with name, title address, phone, and email, 4. Capability to provide the specifics of this requirement, with appropriate documentation supporting claims of organizational and staff capability to demonstrate staff expertise including their experience; current in-house capability and capacity to perform the work; prior completed projects of similar nature, including government contracts and indicating corporate experience and management capability; 5. Example of prior completed Government contract, references, the dollar value of the work, and other related information; 6. List of organizations to whom similar types of services have been previously provided and the dollar value of that work. 7. If applicable, provide a current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought. 8. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). This indication shall be clearly marked on the first page of your Capability Statement. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 5:00 PM ES on February 6, 2023. All responses under this Sources Sought Notice must be emailed to Beth Wilson at bwilson@usgs.gov. E. DISCLAIMER AND IMPORTANT NOTES This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice shall ensure that its response is complete and sufficient detailed to allow the Government to determine the organization's qualification to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the response received, a pre-solicitation synopsis and solicitation may be published in beta.SAM.gov. However, response to this notice will not be considered adequate responses to a solicitation. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. F. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information shall be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). This announcement is to identify small business firms; however a company of any size may submit a Capability Statement for this announcement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »