Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2012 FBO #3844
SOLICITATION NOTICE

W -- BPA 5yrs Snooper Crane Services and one qulalified driver and basket operator

Notice Date
6/1/2012
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F12T0087
 
Response Due
6/18/2012
 
Archive Date
8/17/2012
 
Point of Contact
sara edwards, 4029952484
 
E-Mail Address
USACE District, Omaha
(sara.edwards@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) FOR SNOOPER CRANE SERVICE IN SUPPORT OF REQUIRED BRIDGE INSPECTIONS FOR THE OMAHA DISTRICT CORPS OF ENGINEERS Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide Snooper Crane Services for the Omaha District Army Corps of Engineers. The snooper crane services will be in support of Omaha District's Bridge Inspection Program and in compliance of ER 1110-2-111, which requires that public use bridges be inspected a minimum of every two years and non-public, every four years. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1Description of Services/Introduction: The contractor shall provide a snooper crane and one qualified driver and one qualified basket operator and associated equipment and services as described herein. At some sites the Omaha District will provide traffic control devices and flaggers, at other sites the Contractor will be required to provide traffic control devices and flaggers. Regardless of whether or not the contractor provides the traffic control devices flaggers, for all bridges on public roads, the contractor shall submit a traffic control plan to the state Department of Transportation for approval prior to the inspection. The Corps of Engineers will coordinate any public notices of bridge or lane closures. The Omaha District inspects and maintains public and non-public use bridges at six multipurpose dams on the Missouri River. Snooper crane services will routinely be required at 8 bridges located in South Dakota, 3 bridges located in North Dakota and 1 bridge located in eastern Montana with approximately one-half of these inspected each year during the summer months. Occasionally, non-routine bridge inspections, or bridge inspections at other sites may be required. Duration required at each bridge varies, but is expected to average between 4 and 8 hours per bridge. The snooper crane shall be truck mounted of a type intended for bridge inspection. The snooper crane shall be capable of providing access for two (2) Corps of Engineers inspectors in addition to the operator to safety perform visual inspection of the underside and exterior surfaces of the bridges to be inspected. The three (3) attached examples represent the extremes of bridge dimensions and geometry that will be encountered. Operators shall consist of a truck driver and a basket operator. Comply with all applicable provisions of EM 385-1-1. These include, but are not limited to the following: The snooper crane shall be operated, inspected, tested and maintained in accordance with the manufacturer's operating manual and ANSI A92.8 2006 Vehicle-Mounted Bridge Inspection Devices and all applicable OSHA requirements. The driver and operator shall have read, understand and comply with the snooper crane manufacturer's instructions and ANSI 92.8 2006 Manual of Responsibilities. Hardhats and reflective vests shall be worn while on the bridge or on or near the roadway. A personal fall arrest system consisting of harness and lanyard shall be worn by all personnel while in the bucket or platform regardless of the type of railing on the bucket or platform. The contractor shall provide harnesses and lanyards for two (2) Corps inspectors. Personal flotation devices shall be worn by all persons working over water, unless their fall protection would prevent entering the water. 1.4Contractor shall submit for approval a bid on the following work items: 1.4.1 Travel-related expenses for personnel to reach project site. 1.4.2. Daily rate for Two (2) employee costs, plus Two (2) flaggers if traffic control is required, to include per diem, fuel costs and any additional Contractor expenses during the inspection. 1.5Period of Performance: The Period of Performance reads as follows: Work will generally be conducted weekdays excluding federally-recognized holidays during the hours of 7:00 a.m. through 5:30 p.m. or as agreed to be by project personnel. 1.5.01Work duration at each site, generally a week or less, will be as needed to accomplish the scope of the inspection. Scheduling of inspections will be coordinated between the Omaha District and the Contractor to allow travel time between sites. Inspections at different sites will not necessarily be scheduled for one to follow soon after the other. 1.5.02If additional days beyond the assumed duration are necessary, the Contractor will remain available until all necessary inspection is accomplished. 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. 1.6.2 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: The following Federal legal holidays are observed by these Omaha District installation: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December If a wage determination applies the number of holidays specified on it, it has priority over this clause. 1.6.4 Hours of Operation: The contractor is responsible for conducting business, between the hours of 7:00 am and 5:30 pm Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed on government property. Note that state or local highways are carried on some of the bridges to be inspected. This includes but is not limited to the following Omaha District Projects: Project OfficeLocation Gavins PointYankton, South Dakota Ft. Randall Dam, Pickstown, South Dakota Big Bend DamFt Thompson, South Dakota Oahe DamPierre, South Dakota Garrison DamRiverdale, North Dakota Pipestem Dam Jamestown, North Dakota Fort Peck Dam Fort Peck, Montana 1.6.6 Type of Contract: The government will award a Blanket Purchase Agreement Contract (BPA) Request for Quote/ Lowest Quote/Simplified Acquisition Strategy 1.6.7 Extent of Obligation. The Government is obligated only to the extent of authorized purchases in the quantities actually placed against this Blanket Purchase Agreement (BPA). Duration. This BPA is for a period of 5 years unless sooner terminated, but negotiable each year dependent upon changing fuel costs, etc. 1.6.8 Pricing. The contractor's prices to the government shall be as low as or lower than those charged the contractor's most favored customer for comparable quantities under similar terms and conditions in the addition to any discounts for prompt payment. 1.6.9 Purchase Limitation. The dollar threshold for calls to be placed against this BPA is $20,000.00. Overall BPA Limit is $150,000.00. No individual call placed under this agreement by offices other than Contracting Division shall exceed $2,500.00. 1.6.10 Individual Authorized to Purchase under the BPA. In addition to the Contracting Officer, the following employees of the US Army Corps of Engineers, Omaha District, are authorized to place calls under this agreement: All Omaha District Contracting Division Contracting Officers NOTE: THE CONTRACTOR SHALL ONLY ACCEPT CALLS AGAINST THIS BLANKET PURCHASE AGREEMENT FROM THOSE PERSONS LISTED ABOVE. 1.6.11 Delivery Tickets. All supplies/services under this agreement shall be accompanied by service/delivery tickets or sales slips which shall contain the following information: Name of contractor Blanket Purchase Agreement number Call number Date of purchase Name of individual who placed the call Itemized list of supplies/services furnished Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information) Date and time of testing 1.6.12 Invoices. A summary invoice shall be submitted at least monthly, or upon expiration of the BPA, whichever occurs first, for all services rendered during a billing period, identifying the delivery tickets covered therein, stating their total dollar value and supported by receipted copies of the delivery tickets. Mail Invoices to: US Army Corps of Engineers, Omaha ATTN: CENWO-OD-SM, Jody Ruckman 1616 Capitol Street Omaha, NE 68102 1.6.13 Funding. This is an unfunded BPA. Funds will be cited on each call placed against the BPA. 1.6.14 State and Local Taxes (Jan 1982): The US Army Corps of Engineers is exempt from paying state and local taxes per Title 4, United States Code 104-107. 1.6.15 Payment: Partial payments are authorized. Payments to be made monthly in arrears within 30 days after receipt of a proper invoice or receipt of acceptable supplies or services, whichever is later. 1.6.16 Security Requirements: Contractor personnel performing work under this contract must be accompanied by either Project Personnel or Personnel from the Omaha District Office while on the work site. 1.6.16.1 Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.17 Special Qualifications: NA 1.6.18 Pre-Inspection/ Safety Meeting: The Contractor agrees to attend any pre-inspection safety meeting to be held before the inspection. These meeting will be held at the Corps Project Office or at the bridge site. 1.6.19 Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, and specifications; monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinates availability of government furnished property, and provides site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.20 Key Personnel: NA 1.6.21 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.22 Contractor Travel: Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires Government approval/authorization and notification to the COR. 1.6.23 Other Direct Costs: NA. 1.6.24 Data Rights: NA. 1.6.25 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.26 PHASE IN /PHASE OUT PERIOD: NA. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER: A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR): An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE: A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE: Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY: Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE: The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL: All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR: One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY: The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK: Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation CCEContracting Center of Excellence CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial-Off-the-Shelf DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense FARFederal Acquisition Regulation HIPAAHealth Insurance Portability and Accountability Act of 1996 KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: 3.2 Facilities (If applicable): The Government will provide the necessary workspace for the contractor staff to provide the support outlined in the PWS to include office space for pre-inspection and out-briefing meetings. 3.3 Utilities): N/A 3.4 Equipment: Government personnel will supply their own hardhats, boots, safety goggles, safety vests and floatation devices. 3.5 Materials (If applicable): N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1 General: The Contractor shall furnish all supplies, equipment, and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2 Secret Facility Clearance: N/A. 4.3. Materials (If applicable). The Contractor shall provide personal safety devices such as hardhats, steel-toed boots, safety goggles and hearing protection as required. The contractor shall also provide any miscellaneous supplies necessary for inspection such as flashlights. 4.4. Equipment (If applicable). The Contractor shall furnish a snooper crane which shall be truck mounted of a type intended for bridge inspection. The snooper crane shall be capable of providing access for two (2) Corps of Engineers inspectors in addition to the operator to safely perform visual inspection of the underside and exterior surfaces of the bridges to be inspected. The three (3) attached examples represent the extremes of bridge dimensions and geometry that will be encountered. The contractor shall supply fall protection harnesses for their own personnel and also shall supply 2 additional harnesses for government employees.. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Coordinate with the Bridge Inspector from Design Branch, Structural Section and Project personnel to schedule inspection. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor shall perform all work in accordance with U.S. Army Corps of Engineers Safety and Health Requirements Manual EM385-1-1 (15 September 2008). PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7.Attachment/Technical Exhibit List: 7.1.Attachment 1/Technical Exhibit 1 - Performance Requirements Summary 7.2. Attachment 2/Technical Exhibit 2 - Deliverables Schedule 7.3 Attachment 3/Technical Exhibit 3 - Estimated Workload Data (This document should be made available if historical data exists. See attached example for format.) TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (The Service required-usually a shall statement)StandardPerformance Threshold (This is the maximum error rate. It could possibly be "Zero deviation from standard") Method of Surveillance PRS # 1. The Contractor shall furnish a snooper crane which shall be truck mounted of a type intended for bridge inspection. The snooper crane shall be capable of providing access for two (2) Corps of Engineers inspectors in addition to the operator to safely perform visual inspection of the underside and exterior surfaces of the bridges to be inspected in accordance with the requirement in this PWS.ANSI 92.8 2006 American National Standard for Manually Propelled Elevating Aerial Platforms as supplemented by this PWS and Snooper Crane Manufacturers instructions or operator manual Zero deviation from standard 100 PERCENT INSPECTION TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE DeliverableFrequency# of CopiesMedium/FormatSubmit To Personnel QualificationsOne time submittal before work begins with updates as needed 2 copies before work begins. As soon as possible after award HardcopyCOR TECHNICAL EXHIBIT 3 ESTIMATED WORKLOAD DATA ITEM NAMEESTIMATED QUANTITY 1Labor per inspection40Hours POC. Contractual questions Sara Edwards 4029952484 Technical questions Jody Ruckman 4029952501
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12T0087/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02764488-W 20120603/120602000248-0f6332362b4e84dbd216bcd796b92187 (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.