Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
MODIFICATION

38 -- Under Bridge Inspection Vehicle - Amendment 2

Notice Date
9/13/2012
 
Notice Type
Modification/Amendment
 
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
10/3/2012
 
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-30 FORT McCOY, WISCONSIN BRIDGE INSPECTION UNDERBRIDGE INSPECTION VEHICLE OCTOBER 2012 SCOPE OF WORK 1. 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. 2. 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 30" 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: a. The basket shall be self-leveling. b. 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. c. The contractor shall provide a communication device between the basket and the driver. d. The boom shall be capable of a 30-foot reach providing access for the government inspector to complete a hands-on (arm's length) inspection of all bridge members. e. The inspection truck shall not exceed 33 tons. f. 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 11th 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, dates will be finalized at the time of contract award. 3. TRAFFIC CONTROL Traffic control will be provided by the Government under a separate contract. 4. EVALUATION The following factors shall be used to evaluate offers: 4.1 PAST PERFORMANCE Offeror's past performance is a measure of the degree to which an Offeror was successful on projects of similar scope and complexity, as measured by the level of past customer satisfaction. It is also a measure of the degree to which an Offeror has complied with Federal, State, and local laws and regulations. Past performance information is one indicator of an Offeror's ability to perform the contract successfully. 4.1.1 SUBMITTAL REQUIREMENTS: a) Offerors shall submit Past Performance information from the last (2) projects performed by the Offeror within the past three (3) calendar years. Projects must be at least 50% complete. b) If more than two past performance references are submitted, only the two most recent projects will be considered. If less than two past performance references are submitted, the submitted project will be evaluated, and the lack of the requested number of projects will not affect the rating for this factor, provided the Offeror certifies that additional past performance information is not available and provides an acceptable explanation as to why additional past performance is not available. c) In the case of an Offeror with no relevant performance history, or for whom information on past performance is not available, the Offeror will be evaluated as acceptable provided the Offeror certifies that additional past performance information is not available and provides an acceptable explanation as to why past performance information is not available. d) The past performance reference must have been a client, or client representative, with whom the Offeror had a contract, or subcontract (if applicable) for one or more projects. The reference must hold, or have held at the time, a senior position in the client organization with responsibilities of contract administration, quality control, engineering, or technical supervision, or was otherwise in a position to evaluate the Offeror's performance in executing the contract or subcontract. The past performance reference must have first-hand knowledge of the Offeror's performance. The reference must have a current, valid phone number at which they can be reached during normal business hours, a fax number, and must be able to speak, read, and write in the English language. 4.1.2 ASSESSMENT AND RATING The Government's assessment of past performance will be based mainly on the Offeror's reputations with customers and other sources. The Government will consider the currency and relevance of past performance information, source of the information, context of the data, and general trends in the contractor's performance. The Government may contact any or all of the past performance references provided by the Offeror in response to this solicitation, and may also use information obtained from any other sources when evaluating past performance of the Offeror and major subcontractors. Other sources may include, but are not limited to, the Past Performance Information Retrieval System (PPIRS). While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance rests with the Offeror. The evaluation will take into account relevant past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirements when such information is available and relevant to the instant acquisition. If necessary during the evaluation process, any adverse information received regarding subcontractor past performance may be shared with Offerors during clarifications or discussions if held. The past performance factor will receive a rating of "acceptable" or "unacceptable" based on its entirety. Past performance will be rated "unacceptable" if the contractor receives an unsatisfactory rating for any of the factors identified on the past performance questionnaire unless the Offeror can demonstrate that adequate corrective actions were taken. 4.2 RECENT EXPERIENCE The Government is willing to pay a premium for an experienced boom operator. The contractor shall submit the number of hour's logged in the last 5 years for the boom operator, as well as the boom operators most recent training certification. 4.3 PRICE Past Performance and Experience are more important than Price. Experience is more important than Past Performance. A Past Performance rating of "unacceptable" may cause the quote to be rejected. The Government's intent is to award based price after accounting for relevant experience.
 
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
SN02881300-W 20120915/120914000757-4c480f13c291517bf0c3de71d649a8fa (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.