Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

66 -- Non Destructive Testing BPA 5YRS

Notice Date
4/24/2012
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F12TH004
 
Response Due
5/10/2012
 
Archive Date
7/9/2012
 
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
BLANKET PURCHASE AGREEMENT PERFORMANCE WORK STATEMENT (PWS) for Non-Destructive Testing (NDT) for the Omaha District Corps of Engineers Part 1 General Information 1. General: This is a non-personnel services contract to provide Non-Destructive Testing (NDT) to determine compliance of tested welds with ANSI/AWS D1.1 Structural Welding Code and/or ANSI/AASHTO/AWS D1.5 Bridge Welding Code for the Omaha District Army Corps of Engineers. 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. 1.1 Description of Services/Introduction: Procedures and techniques for inspection shall be in accordance with applicable requirements of AWS D1.1/D1.1M or AWS D1.5, except that in radiographic inspection only film types designated as "fine grain," or "extra fine," shall be employed. Types of NDT that may be performed are Visual, Radiographic, Ultrasonic, Ultrasonic Phased Array, Magnetic Particle, and Dye Penetrant. NDT shall be performed on hydraulic steel structures (HSS) such as stop logs, bulkheads, penstocks, lifting beams, etc. and on bridges to completely document weld discontinuities or other member defects in order to allow structural analysis of the member including fatigue and fracture analysis. All welds on Fracture Critical Members (FCM) shall be tested using NDT other than visual. The contractor shall provide all materials and equipment, calibration, inspection, and create a written report. Preparation and disposition of reports and radiographs shall be in accordance with ANSI/AWS D1.1 and/or ANSI/AASHTO/AWS D1.5. Three copies of the report shall be provided to the contracting officer within 30 calendar days from the date of the inspection. The contractor shall perform to the standards in this contract. Please note that the Omaha District maintains one of the nation's largest water storage systems, which includes six multipurpose dams on the Missouri River and is spread across several of the Upper Mid-West states and also includes much of the State of Montana. 1.2 Background: The Omaha District currently operates a number of dam structures that include various hydraulic steel structures, many of which are near or have reached their design life. Structural inspection and evaluation are required to assure that adequate strength and serviceability are maintained at all sections as long as the structure is in service. 1.3 Objectives: The Non-Destructive Testing Service Contractor will be responsible for conducting one or more of the following types of NDT; Visual, Radiographic, Ultrasonic, Ultrasonic Phased Array, Magnetic Particle, and Dye Penetrant. NDT on the hydraulic steel structures and bridges shall be used to completely document weld discontinuities or other member defects in order to allow structural analysis of the defect including fatigue and fracture analysis. The contractor shall provide all materials and equipment, calibration, inspection, and create a written report. Scope: The Contractor will provide all Non-Destructive Testing Equipment and will: 1) coordinate with the HSS Inspector from Design Branch, Structural Section and Project personnel to schedule inspection (project personnel will provide access to the HSS or bridge member being tested) 2) inspect the HSS or bridge member using the appropriate NDT method in accordance with AWS D1.1 or AWS D1.5. as supplemented by this PWS 3) bring any indications or defects to the attention of the Government at the time of inspection and fully document all indications and defects including length, width, thickness, depth, orientation, extent, and type as much as possible. 4) create a written stand-alone report fully documenting the members inspected, method of NDT used, the weld evaluation criteria used, and results including detailed information about any indications or defects discovered. Contractor 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 employee costs, to include per diem, fuel costs and any additional Contractor expenses during the inspection. 1.4.3 Preparation of the written report. Period 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. Work duration, generally a week or less, will be as needed to accomplish the scope of the inspection. If additional days beyond the assumed duration are necessary, the Contractor will remain available until all necessary NDT 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 which includes six multipurpose dams on the Missouri River and is spread across several of the Upper Mid-West states (South Dakota, North Dakota) and also includes much of the State of Montana and Denver, Colorado. This includes but is not limited to the following Omaha District Projects: Project OfficeLocation Fort Peck DamFt. Peck, Montana Garrison DamRiverdale, North Dakota Pipestem Dam Jamestown, North Dakota Bowman-Haley DamBowman, North Dakota Big Bend DamFt Thompson, South Dakota Cold Brook DamHot Springs, South Dakota Cottonwood DamHot Springs, South Dakota Oahe DamPierre, South Dakota Ft. Randall Dam, Pickstown, South Dakota Gavins PointYankton, South Dakota Tri-Lakes ProjectsDenver, Colorado 1.6.6 Type of Contract: The government will award a Blanket Purchase Agreement Contract (BPA) Request for Quote/ Best Value. Simplified Acquisition Strategy 1.6.7 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. 1.6.7.1 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. 1.6.7.2 Key Control: The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 1.6.7.2.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 1.6.7.2.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.3Lock Combinations: The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's Quality Control Plan. 1.6.8 Special Qualifications: Inspections shall be done by a professional testing company with at least 5 years experience in welding inspection using non-destructive testing methods and personnel qualified in accordance with the current requirements of ASNT RP SNT-TC-1A for Level II in the applicable nondestructive testing method. Only Level II qualified individuals may perform nondestructive testing. 1.6.9 Pre-Inspection/Out-Briefing Meeting: The Contractor agrees to attend any pre-inspection or out-briefing meeting to be held before and after the inspection, respectively. These meeting will be held at the Corps Project Office. At the pre-inspection meeting the HSS Inspector from Design Branch, Structural Section, will review the HSS to be inspected, the inspection schedule, hours, procedures, and safety plan. The Contractor will coordinate access with the Project. The Corps Project Office will discuss method to access to the HSS and safety protocols that must be followed. At the out-briefing, the Contractor and HSS Inspector will report any significant preliminary findings to the Project Representative. 1.6.10 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. 1.6.11 Key Personnel: NA 1.6.12 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. 1.6.13 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. 1.6.14 Other Direct Costs: NA. 1.6.15 Data Rights: NA. 1.6.16 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. 1.6.17 PHASE IN /PHASE OUT PERIOD: NA. 1.6.18 Purchase Limitation: The dollar threshold for calls to be placed against this BPA is $25,000.00. Overall BPA Limit is $500,000.00. No individual call placed under this agreement by offices other than Contracting Division shall exceed $2,500.00. 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: The Government will be responsible for providing access and any traffic control required to access HSS or bridge members. The government will also provide any cleaning necessary needed to inspect the HSS or bridge member. 3.2 Facilities: 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 Equipment: The Government (Corps) will provide any equipment necessary to access HSS or bridge members. 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. 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 and any materials required to perform the NDT. 4.4. Equipment. The Contractor shall furnish any NDT equipment required. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Coordinate with the HSS Inspector from Design Branch, Structural Section and Project personnel to schedule inspection. Project personnel will provide access to the HSS or bridge member being tested. 5.2. Inspect the HSS or bridge member using the appropriate NDT method in accordance with AWS D1.1 or AWS D1.5 as supplemented by this PWS. 5.3. Bring any indications or defects to the attention of the Government at the time of inspection and fully document all indications and defects including length, width, thickness, depth, orientation, extent, and type as much as possible. 5.4. Create a written stand-alone report fully documenting the members inspected, method of NDT used, the weld evaluation criteria used, and results including detailed information about any indications or defects discovered 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: 7.1Attachment 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 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 NDT Contractor shall inspect HSS and bridge members using NDT other than visual in accordance with the requirement in this PWS.AWS D1.1 or AWS D1.5 as supplemented by this PWS Zero deviation from standard100 PERCENT INSPECTION Contractor shall prepare report documenting inspection and fully describing defects that do not meet AWS D1.1 or D1.5 standards.AWS D1.1 or AWS D1.5 as supplemented by this PWS Zero deviation from standard100 PERCENT INSPECTION TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE DeliverableFrequency# of CopiesMedium/FormatSubmit To NDT ReportOnce after each inspection within 30 days of completed inspectionelectronic plus 3 hardcopiesdigital plus hardcopyCOR TECHNICAL EXHIBIT 3 ESTIMATED WORKLOAD DATA ITEM NAMEESTIMATED QUANTITY 1Labor per inspection40Hours 2Time to prepare report per inspection4Hours Hydraulic Steel Structure's & Bridge's-Nondestructive Testing Omaha District General Requirements The purpose of the Non-Destructive Testing (NDT) is to determine compliance of tested welds with ANSI/AWS D1.1 Structural Welding Code and/or ANSI/AASHTO/AWS D1.5 Bridge Welding Code. Procedures and techniques for inspection shall be in accordance with applicable requirements of AWS D1.1/D1.1M, except that in radiographic inspection only film types designated as "fine grain," or "extra fine," shall be employed. Types of (NDT) that may be performed are Visual, Radiographic, Ultrasonic, Magnetic Particle, and Dye Penetrant. (NDT) on the hydraulic steel structure's and the bridge's shall determine fatigue and/or fractures in the welds, in addition to all welds on Fracture Critical Members (FCM). The contractor shall provide all materials and equipment, calibration, traffic control, inspection, and create the written report. Preparation and disposition of reports and radiographs shall be in accordance with ANSI/AWS D1.1 and/or ANSI/AASHTO/AWS D1.5. Three copies of the report shall be provided to the contracting officer within 30 calendar days from the date of the inspection. Contractor Qualifications Inspections shall be done by a professional testing company with at least 5 years experience in welding inspection using non-destructive testing methods and personnel shall be qualified in accordance with the current requirements of ASNT RP SNT-TC-1A for Level II in the applicable nondestructive testing method. Only individuals qualified for NDT LEVEL II may perform nondestructive testing. Inspection Site Qualifications Traffic control will be required on the bridge in accordance with SDOT. The Contractor will coordinate with the Corps Project on access to each hydraulic steel structure (HSS) and bridge. Inspection Plan A written plan describing the inspection procedures for each HSS & bridge shall be submitted and approved by the contracting officer before inspections. The plan shall describe the (NDT) inspection method(s) to be used for each HSS & bridge and equipment used for the inspection. The plan shall also include a report outline. Letter Head REPORT OF ULTRASONIC AND VISUAL EXAMINATIONS PROJECT:________________REPORTED TO: __________________________U. S. Army Corps of Engineers BPA Call #___Omaha District Contracting Office 1616 Capitol Avenue Omaha, NE 68102-4901 Contract Number ______________ATTN: ___________________ JOB NO: ______________________DATE: ___________________ GENERAL INFORMATION Date of Inspection____________________________________. AuthorizationServices were performed in accordance with verbal instructions from Corps Personnel. Scope of Inspection Visual and Ultrasonic examinations in accordance with 06-NDT- 61 I, Rev. C and 06-NDT -208, Rev. C and A WS 01.1 specification. Equipment UsedEpoch IV, 15B-404, 1",2.25 MHz 70 transducer. Inspection PersonnelName, Level II Technician, CWI Location of Inspection________________________________ TEST RESULTS Please attach Field Sheets as required Contractual Questions Contact Sara Edwards 402-995-2484 Technical Questions Contact Jody Ruckman 402-995-2501
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12TH004/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02730085-W 20120426/120424235820-ec2ff46bd7b344011597e0d92cbca331 (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  © 1994-2020, Loren Data Corp.