California Bids > Bid Detail

Under Bridge Inspection Truck (UBIT) Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159370297629203
Posted Date: Nov 22, 2022
Due Date: Dec 30, 2022
Solicitation No: W9123923S0016
Source: https://sam.gov/opp/70a26926bb...
Follow
Under Bridge Inspection Truck (UBIT) Services
Active
Contract Opportunity
Notice ID
W9123923S0016
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
US ARMY ENGINEER DISTRICT SACRAMENT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 22, 2022 03:04 pm PST
  • Original Response Date: Dec 30, 2022 11:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W038 - LEASE OR RENTAL OF EQUIPMENT- CONSTRUCTION, MINING, EXCAVATING, AND HIGHWAY MAINTENANCE EQUIPMENT
  • NAICS Code:
    • 532412 - Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
  • Place of Performance:
    CA
    USA
Description

W9123823S0016 – Under Bridge Inspection Truck - UBIT



This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.



NO AWARD will be made from this Sources Sought Notice.



NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation. Requests for any of this information will go unanswered.



If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, requires that the small business contractor will self-perform at least 50% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, and workload capacity to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.



The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform under bridge inspection truck (UBIT) services to permit US Army Corps of Engineers (USACE) personnel access to the underside of five bridges within the Sacramento District. Other than small business are encouraged to express interest and submit capability statements as well.



Contractors’ capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors.



The Government estimates issuing a solicitation in late January 2023.



The Government intends to award a firm-fixed price purchase order.



The NAICS Code is 532412 (Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing). The size standard is $35,000,000.00. Product Service Code is W038 - Lease or Rental of Equipment- Construction, Mining, Excavating, and Highway Maintenance Equipment.



GENERAL SCOPE:



The bridges to be inspected are located at the Buchanan Dam, Eastman Lake (2), Hidden Dam, Hensley Lake (1), and Pine Flat Dam, Pine Flat Lake (2).



The UBIT shall meet or exceed the following performance capabilities, characteristics, and capacities, except as noted below:



The UBIT shall be truck mounted and of a type intended for bridge inspection. The UBIT shall be capable of providing access for (1) Corps of Engineers inspector in addition to the operator to safely perform visual inspection of the underside and exterior surfaces of the bridges to be inspected.



Min Performance Requirements




  • Horizontal Under bridge Reach: 27 feet

  • Vertical Reach Down: 15 feet

  • Vertical Extension of 4th Boom: 7 feet

  • Boom and basket must be able to clear and operate above an 8-foot 4-inch high fence (measured above bridge deck)



Dimensions/Capacities




  • Min Basket Capacity 450 pounds

  • UBIT shall not exceed 19 Tons (Load restriction at Pine Flat Dam)



CAPABILITY STATEMENT



The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current service contractor market capabilities. Please provide your response to the following. The submission is limited to 10 pages.



1) Offeror's name, UEI #, address, point of contact, phone number, and e-mail address.



2) Offeror's experience and capability to complete (either through self-performance in excess of 50% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime’s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project.



3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns).



The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Quotes/Proposal that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.



This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received.



Please notify this office in writing via email by 30 December 2022 11:00AM PST. Submit response and information through email to: Vernon.Simpkins@usace.army.mil Please include the Sources Sought No. W91238S230016 in the subject line.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 22, 2022 03:04 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >