SOLICITATION NOTICE
38 -- Under Bridge Inspection Vehicle - SF-1449
- Notice Date
- 8/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-12-T-0124
- Archive Date
- 9/14/2012
- Point of Contact
- Jesse Onkka, Phone: 6512905444, Gwendolyn Davis, Phone: 6512905723
- E-Mail Address
-
Jesse.L.Onkka@usace.army.mil, gwendolyn.k.davis@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, gwendolyn.k.davis@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SF-1449 FORT McCOY, WISCONSIN BRIDGE INSPECTION UNDERBRIDGE INSPECTION VEHICLE OCTOBER 2012 SCOPE OF WORK GENERAL STATEMENT The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to provide an under bridge inspection truck and operator to be used to inspect bridges at Fort McCoy, Wisconsin. SCOPE A specialized truck and driver are required to access and inspect under the bridges specified in this contract. The contractor shall provide one "Aspen Aerial UB 60" or an equivalent inspection truck meeting the performance standards of section 2.1. The inspection truck shall be in good working condition and the contractor shall certify that the inspection truck has been inspected in accordance with ANSI 92.8 within one year of when the truck will be used for the inspections specified in this contract. Any deficiencies or problems noted in the truck's inspection shall have been corrected and all documentation of inspection and repairs shall be available for government review. 2.1 PERFORMANCE STANDARDS AND GUIDELINE REQUIREMENTS The inspection truck shall have the following requirements: The basket shall be self-leveling. Two operators shall be provided with the inspection truck, one to operate the truck and one to operate the bucket and assist the government inspector. The operators provided shall be fully trained and certified to operate the inspection truck. The contractor shall provide a communication device between the basket and the driver. The boom shall be capable of a 60-foot reach providing access for the government inspector to complete a hands-on (arm's length) inspection of all bridge members. The inspection truck shall not exceed 33 tons. A safety inspection of the inspection truck shall be performed prior to each inspection. The contractor shall provide verification of safety measures of the equipment. The Government will only pay for services received. The equipment pricing shall include all miscellaneous expenses, parts, fuel, lubricants to keep the equipment in good working condition. The Government will not be responsible for payment of downtime due to mechanical failure, the lack of a qualified operator, or any other reason within the control of, or due to the fault or neglect of the contractor. 2.2 LOCATION The contractor shall furnish and deliver to the job-site an inspection truck and required personnel to be used in the inspection of the bridges located at Fort McCoy 1654 South 11 th Ave. Fort McCoy, WI 54656 Phone: (608) 388-2222 The Government shall provide the contractor access to the required installation and offices necessary for this SOW. The contractor shall be subject to all Government rules and regulations while working at the Government installation. Access by the contractor shall only be permitted during inspection hours. 2.3 SCHEDULE The contractor shall have the inspection truck and operators available on-site for two consecutive days of inspection and the work shall be completed between the 2 October and 12 October 2012. Quotes shall include two days of use and all mobilization/demobilization expenses. The contractor shall supply a list of dates within the window specified when their equipment is available and dates will be finalized at the time of contract award. TRAFFIC CONTROL Traffic control will be provided by the Government under a separate contract. EVALUATION The following factors shall be used to evaluate offers: 4.1 PAST PERFORMANCE The contractor shall provide documentation for all personnel who will be performing work with their quote, demonstrating how each individual meets the past performance factor. This factor will be rated Satisfactory or Unsatisfactory. The government will call references to verify Past Performance information. 4.2 RECENT RELEVANT EXPERIENCE The contractor shall submit experience information, including recent and relevant contracts for the same or similar services that occurred within the last three (3) years. This factor will be rated as Satisfactory or Unsatisfactory. The government will call references to verify Experience information. A new business without experience information shall provide a statement in its proposal to this effect; otherwise they may be disqualified. The rating for the company will be Neutral. Companies in this position shall submit resumes of personnel described in section 4.1. Based on the evaluation of the key personnel (as opposed to the company) may receive a Satisfactory or Unsatisfactory rating. 4.3 PRICE Factor 1: Past Performance and Factor 2: Experience are equal in importance and when combined are significantly more important than Factor 3: Price. A rating of Unsatisfactory in Factor 1 or Factor 2 shall cause the quote to be rejected. The Government's intent is to award based on Satisfactory in Factor 1 and Factor 2 and who has the lowest price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-12-T-0124/listing.html)
- Place of Performance
- Address: Wisconsin, United States
- Record
- SN02851413-W 20120824/120823001857-eda9708f6d6f6d62540af5a5a3645a2e (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 |