California Bids > Bid Detail

Request for Information - Tower Inspection

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159793122653453
Posted Date: Feb 23, 2023
Due Date: Feb 24, 2023
Solicitation No: F1S0AX3045A001
Source: https://sam.gov/opp/b319bccdda...
Follow
Request for Information - Tower Inspection
Active
Contract Opportunity
Notice ID
F1S0AX3045A001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE TEST CENTER
Office
FA9302 AFTC PZZ
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 23, 2023 11:26 am PST
  • Original Published Date: Feb 22, 2023 04:14 pm PST
  • Updated Response Date: Feb 24, 2023 04:00 pm PST
  • Original Response Date: Feb 24, 2023 04:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H399 - INSPECTION- MISCELLANEOUS
  • NAICS Code:
    • 541350 - Building Inspection Services
  • Place of Performance:
    Edwards , CA 93524
    USA
Description

Description(s): SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION TO INSPECT ONE 140’ SELF-SUPPORT TOWER LOCATED AT EDWARDS AIR FORCE BASE.





General system requirements include:




  • Mobilization of a two-man inspection team with equipment to the tower site.

  • A thorough inspection of the tower foundations (above ground portion only) and a climbing inspection to check the condition of the structural members, lattice braces, pins, clevis, u-bolts, nuts, attachment points, connecting members, etc. for any deficiency. Deficiencies will be photographed and documented.

  • All appurtenances will be inspected including but not limited to the obstruction lighting system, grounding, etc.

  • The towers and appurtenances will be checked for compliance with applicable FAA and OSHA Standards.

  • A detailed inspection report for the entire system (1 electronic copy in Adobe Acrobat (.pdf) format) will be provided which includes:

    • A summary of inspection findings

    • Photo pages documenting inspection findings

    • Recommended maintenance







THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.





1. Purpose.





This is a sources sought synopsis in support of Market Research being conducted by the United States Air Force to identify potential sources for a tower inspection.





2. Requirement.





This acquisition anticipates seeking a contractor who can perform a tower inspection at Edwards AFB, CA. Contractor shall provide all, labor, material, and equipment necessary to inspect one 140’ self-support tower located at EAFB including but not limited to:




  • Mobilization of a two-man inspection team with equipment to the tower site.

  • A thorough inspection of the tower foundations (above ground portion only) and a climbing inspection to check the condition of the structural members, lattice braces, pins, clevis, u-bolts, nuts, attachment points, connecting members, etc. for any deficiency. Deficiencies will be photographed and documented.

  • All appurtenances will be inspected including but not limited to the obstruction lighting system, grounding, etc.

  • The towers and appurtenances will be checked for compliance with applicable FAA and OSHA Standards.

  • A detailed inspection report for the entire system (1 electronic copy in Adobe Acrobat (.pdf) format) will be provided which includes:

    • A summary of inspection findings

    • Photo pages documenting inspection findings

    • Recommended maintenance









3. Information requested.





The Government requests interested offerors that can fully support this requirement furnish the following information:





1. Company name, UEI (Unique Entity ID) and Cage Code, address, points of contact, phone numbers and e-mail addresses.





2. Information should include a brief description of experience in providing the type of support described above. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.





3. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and also currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 541350. The Small Business Size Standard is $11,500,000.00.





4. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 1 pages.





4. Inquiries.

Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.





All responses shall be forwarded to Karla Vazquez karla_lizette.vazquez_montes@us.af.mil. The due date and time for responses to this synopsis is 4:00pm Pacific Standard Time on 24 February 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >