SOURCES SOUGHT
R -- Penstock Robotic Ultrasonic Inspection
- Notice Date
- 6/19/2020 3:35:53 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- DOIRFBO200048
- Response Due
- 7/3/2020 12:00:00 AM
- Archive Date
- 07/10/2020
- Point of Contact
- Greene, Kelli
- E-Mail Address
-
KGreene@usbr.gov
(KGreene@usbr.gov)
- Awardee
- null
- Description
- This is a Sources Sought synopsis for acquisition planning purposes only and no formal solicitation exists at this time. Responses to this Sources Sought shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. This announcement is to all Small Businesses, 8(a) Small Businesses, HUBZone Small Businesses, Service-Disabled Veteran-Owned Small Businesses and Women-Owned Small Businesses concerns. All qualified concerns may submit a capability statement for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such concerns to perform this type of work. The capability statements will be used to determine the appropriate procurement strategy; in particular, whether a set-aside is warranted, or an alternate procurement strategy is warranted. The Department of the Interior, Bureau of Reclamation (Reclamation), Interior Region 8: Lower Colorado Basin, Hoover Dam, has a requirement for a detailed robotic ultrasonic inspection at several locations along the lower Nevada penstock. The objective of this requirement is to examine the condition of the pipe at different areas of concern and observe the practical use and capabilities of the technology. Reclamation requires an inspection system that is capable of an inspection point density of at least one point per two square inches; accessing the entire internal circumference of the penstock without the need for scaffolding; traveling over epoxy coatings without damaging them; and successfully operating in a typical dewatered penstock environment (very limited power availability, about 65 degrees F, close to 100% humidity, water spray in some locations, etc). The ultrasonic coupling material used must be non-toxic and environmentally friendly. All data gathered must be referenced to a common datum. Additionally, multiple inspection teams must be able to operate in parallel while referencing the same datum and needs to be able to link data sets from different teams. Finally, the contractor must be capable of providing 2d and 3d contour plots and tabulated point data as deliverables. The North American Industry Classification System (NAICS) Code for this acquisition is 541990, titled, ""All Other Professional, Scientific, and Technical Services"". The small business size standard for NAICS Code 541990 is $16.5 million. Interested parties may suggest a different NAICS code for consideration. The basic contract is anticipated to be Firm Fixed Price (FFP) and the anticipated period of performance is 60 calendar days after award. All interested concerns are encouraged to submit a capability package in response to this Sources Sought. Capability packages shall be submitted to Mrs. Kelli Greene, Procurement Analyst, via email at kgreene@usbr.gov no later than Friday, July 3, 2020, at 4:30 P.M., local time. The capability package shall address the work listed above, shall demonstrate the company's ability to successfully accomplish the requirement described above and include the following information: (1) Business name, address, cage code, size classification based on NAICS size standard, Small Business classification (Small Business, Veteran-Owned Small Business, Woman-Owned Small Business, 8a, HUBZone, Service-Disabled Veteran-Owned Small Business etc.), and a point of contact; (2) A positive statement of your intention to submit an offer/bid as a prime contractor if the requirement is solicited; (3) Evidence of your experience performing work similar in type, scope and complexity to the work in this announcement. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers; and (4) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. This information will be used as part of market research to assist in developing the procurement strategy. When it is determined if a formal solicitation will be issued, a notice will be posted on the BetaSAM website at https://beta.sam.gov/. Prospective contractors shall be registered and active in the SAM database at the time an offer/quote is submitted. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained at http://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/950ec8594e2149f095c162f0c6cbf72a/view)
- Record
- SN05697473-F 20200621/200622142807 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |