Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOURCES SOUGHT

R -- NWD - Dive Inspection Services (SATOC Base + 4 Option Years)

Notice Date
7/28/2020 2:56:47 PM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20RSS45
 
Response Due
8/11/2020 10:00:00 AM
 
Archive Date
08/26/2020
 
Point of Contact
Andrew J. Sprys, Phone: 5095277232
 
E-Mail Address
andrew.j.sprys@usace.army.mil
(andrew.j.sprys@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources to provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to perform dive and underwater inspection services for USACE Walla Walla and Portland District. The awarded contractor shall have the following qualifications: Special Qualifications: Crew Requirements: Minimum dive crew shall include USACE credentialed Dive Supervisor (1), diver (1), standby diver (1), tender (1) and time keeper/communication operator/chamber operator (1). All members of the crew must be accredited commercial divers who meet the minimum standards set forth in the most recent edition of the USACE Safety and Health Requirements Manual, EM-385-1-1, and in the Portland District's Dive Safety Regulation, NWPR-385-1-93, and NWW QMS 16018 and have the capability to switch to any of the positions noted above to allow for two working dives a day. The maximum length of work day is 12 hours per day and the maximum dive time per 12-hour work shift is four hours. One dive team member must be designated and credentialed as a certified Recompression Chamber Operator. When diving from a boat, a credentialed and certified crew of two (pilot and deckhand) is required. Equipment Minimums: Surface supplied air dives are required. Use of normal breathing air or Enriched Air (Nitrox) up to 40% oxygen is permissible. Additional mixed gas diving methodologies may be employed upon review and acceptance by the District Dive Coordinator or designate. A recompression chamber is required on site for all dives. The recompression chamber shall be of a dual chamber design. It must be equipped with oxygen, BIBBS delivery system, trauma kit and communications. It must also have a National Board of Pressure Vessel Inspectors registration and current state pressure vessel permit to operate. The contractor shall have the capability to provide video inspection � and record the video inspection on a Digital format. For task orders requiring a vessel, the contractor to provide a USCG inspected and certified workboat that is a minimum of 18 feet in length with a motor that has a minimum horsepower of 85. The North American Industry Classification System (NAICS) code for this project is 561990 and the associated small business size standard is $12,000,000.00. This is not a solicitation. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. Firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation. 1) A capability statement expressing interest in this requirement, describing your 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 your firm and/or in-house personnel. 2) A statement or list of your firm's current 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. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work. 4) A statement of your firm's business size and type (Large Business, Women Owned Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Small Business, etc.). IF YOUR FIRM IS A LARGE BUSINESS, please indicate the approximate percentage of the work that you would expect to subcontract to small business concerns. 5) Name of firm with address, phone and point of contact. 6) CAGE Code and DUNS number or a copy of your System for Award Management (SAM) information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6221bda57643428ea00abba28e85eb9d/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN05736781-F 20200730/200728230145 (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 |
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.