Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2015 FBO #4835
SOURCES SOUGHT

H -- Jackson Hole Culvert Cleaning and Video Inspection Services

Notice Date
2/17/2015
 
Notice Type
Synopsis
 
NAICS
488490 — Other Support Activities for Road Transportation
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362
 
Solicitation Number
W912EF-15-R-SS23
 
Response Due
3/12/2015
 
Archive Date
4/18/2015
 
Point of Contact
Cynthia Jacobsen, 509-527-7203
 
Small Business Set-Aside
N/A
 
Description
The NAICS code for this requirement is 488490 with a size category of $7.5 Million. Large businesses are also encouraged to respond. This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This information is for planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Contracting Office: US Army Corps of Engineers, Walla Walla District, 201 North Third Avenue, Walla Walla WA 99362. Subject: Sources Sought for the performance of project culvert cleaning and to obtain video inspections of the interior of project culverts near Jackson Hole, Wyoming and the Grand Teton National Park. Point of Contact: Cyndi Jacobsen, Contract Specialist, 509-527-7203, cynthia.h.jacobsen@usace.army.mil Description of the Requirement: The Contractor will provide the services of culvert cleaning and video inspections of the interior of project culverts near Jackson Hole, Wyoming and the Grand Teton National Park. The Contractor will be responsible to obtain culvert jetting (cleaning) equipment, and camera equipment capable of entering confined spaces, for use at Jackson Hole, Wyoming. The Contractor will be responsible for all equipment, materials, supplies, transportation, lodging, trained/certified personnel, and supervision and management of those personnel, necessary to meet or exceed the agreement specifications. The resources will be used to clean and video inspect culverts in project levees located on the Snake River, north of the highway 89 bridge, and south of the Moose Bridge, near the town of Jackson, Wyoming, as well as on the Gros Ventre River, downstream of the Grand Teton National Park. At the conclusion of work, the contractor will furnish a report on the condition of the inspected and cleaned culverts, as well as a computer disc containing the video files. EQUIPMENT REQUIREMENTS: 1. An audible reverse warning device (backup alarm) of 87 decibel or greater measured at 5 feet behind and in the center of the equipment. 2. A fire extinguisher, multi-purpose 1A 10BC that is securely mounted to the vehicle and accessible by the operator. The fire extinguisher shall have a current annual inspection tag and the annual maintenance tag in regards to a 6 year annual inspection and every 12 years regarding a hydro test on all dry powder, metal fire extinguishers. 3. Shovel 4. Approved spark arrester on all naturally aspirated engines 5. All factory guards shall be in place and in functional condition (i.e. engine compartment) (applicable for heavy equipment) 6. Personal Protective Equipment. Contractor shall be responsible for ensuring all personnel arrive at the incident with the proper Personal Protective Clothing and Equipment as prescribed in the agreement. Contractor shall be responsible for ensuring the Personal Protective Equipment is operable and maintained in good repair throughout the duration of any assignment. Personal Protective Clothing will be cleaned at sufficient intervals to preclude unsafe working conditions. All personnel shall be wearing Personal Protective Clothing, including boots, upon arrival at the work site. 7. Seat belts 8. 5-person first aid kit TRANSPORTATION: The Contractor is responsible for transporting the equipment to and from the work site. Transports shall have current Department of Transportation (DOT) certification and be of sufficient and legal weight rating to transport the equipment. Contractor is responsible for: a. Meeting all state and federal requirements, such as weight restrictions and hauling permits; b. All special permits; Each person under this Agreement shall meet the following minimum requirements: 1. Commercial Drivers License (for transports, when required). 2. All operators shall be able to operate the equipment safely up to the manufacturer's limitations (i.e., experience working in steep terrain, timber, etc.) SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS (1) Your intent to submit a quote for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code and DUNS number or a copy of your System for Award Management (SAM) information (4) The category of small business, such as 8(a), HUBZONE, or SDVOSB etc. (5) A capability statement expressing interest in this requirement, describing the company and its capability to complete a project of this scope, magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by the company. (6) A statement or list of the company's current and/or past technical experience similar to or the same as the summary scope of work for this requirement. Include a brief description of each project scope, schedule, and dollar value. Please provide citations of technical reports or other scientific literature resulting from past experience as applicable. (7) Indicate if your company can perform at least 51% of the work in accordance with FAR clause 52.219-14 Limitations on Subcontracting. Interested parties should submit their responses to Cyndi Jacobsen, Contract Specialist, via email to cynthia.h.jacobsen@usace.army.mil. Your response to this notice must be received by Thursday, March 12, 2015. NOTE: IF YOU DO NOT INTEND TO SUBMIT A QUOTE FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2015); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-SS23/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN03643690-F 20150219/150217233025 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.