Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

H -- Dive Services for US Army Corps of Engineers (USACE) Walla Walla & Portland Districts

Notice Date
7/14/2014
 
Notice Type
Presolicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-14-R-0024
 
Response Due
8/27/2014
 
Archive Date
9/26/2014
 
Point of Contact
Vicky Challis, 509-527-7210
 
E-Mail Address
USACE District, Walla Walla
(vicky.r.challis@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Project Titled: Dive Services for US Army Corps of Engineers (USACE) Walla Walla and Portland District. This will be a firm-fixed-price Indefinite Delivery-Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC). The proposed contract features a base year and four (4) option years. The value of the base year will not exceed $600,000; and the value of each option, if awarded, will not exceed $600,000. The solicitation for this requirement will be 100% Set Aside for Small Business. The North American Industry Classification System (NAICS) code is 561990 with a Size Standard of $10.0 million. This is not a request for quotes (RFQ), but a notice of intent to issue a solicitation for this requirement. All prospective vendors are required to be registered in the System for Award Management database. Vendors can obtain further information on the System for Award Management database at web site http://www.sam.gov. The work for this requirement will be primarily located at USACE Walla Walla District public access facilities such as boat ramps and swim beaches as well as Dworshak, Lower Granite, Little Goose, Lower Monumental, Ice Harbor and McNary Projects. These facilities are located in the states of Oregon, Washington and Idaho and encompass over one dozen counties. All sites in Walla Walla District are adjacent to or are located in the Columbia, Clearwater or Snake Rivers. In addition, the work may be required at USACE Portland District public access facilities including John Day, The Dalles, Bonneville, Willamette and Rogue River Projects as well as work sites, facilities and vessels under the direction of Channel and Harbors Branch. Performance Work Summary The contractor shall furnish all labor, supervision, management, tools, materials, equipment, transportation, and other items necessary to provide emergency, time critical and / or out-of-schedule diving and underwater inspection services for USACE Walla Walla and Portland Districts. Services may include but are not limited to video and / or 2/3-D or side-scan sonar inspection (including Remote Operated Vehicle Inspection), diver-directed Level I-III inspections, minor repairs, installation or demolition, cleaning, debris removal and ship's husbandry. Examples of minor repairs may include but not be limited to welding, concrete repair, bolt/cable replacement, crack repair, repair of existing underwater structures and mechanical equipment, installation of small components such as hydrophones and antennas used in fish research. Known Dive Hazards/Conditions: It is anticipated that working depths will be from 0 to 200 feet beneath the surface. Water temperature varies between 33 and 75 F. Currents generally range from 0 to 3 plus knots. Visibility ranges from 0 to 10 plus feet. There is the potential for debris around the dive site (entanglement). The majority of diving work in Walla Walla District is performed between November 1 and March 1 due to fish runs; and the majority of diving work in Portland district is between October 1 and April 30. River conditions will vary along with ambient air conditions. Generally, crane supported diving operations will shut down when wind conditions exceed 25-30 mph, depending on the crane manufacturer's recommended guidelines. Pressure differentials remain the diver's greatest hazard when diving around hydroelectric plants and a very strict Hazardous Energy Control Program is in place to prevent the likelihood of pressure differentials from occurring. On rare occasions, diving operations may involve penetration dives or dives into confined spaces. Work is generally performed in restricted access areas not open to commercial and private vessels. Crew Requirements: Minimum dive crew shall include USACE credentialed Dive Supervisor (1), diver (1), standby diver (1), tender (1) and time keeper/communication 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 NWWOM 385-1-1 and have the capability to switch to any of the positions noted above to allow for two working dives a day. 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) separate from the dive team is required. The minimum crew size for Remotely Operated Underwater Vehicle (ROV) land operations is two, including a certified and credentialed ROV pilot (1) and ROV tender (1). The minimum crew size for ROV water operations is four, including a certified and credentialed ROV pilot (1), ROV tender (1), certified and credentialed boat pilot (1) and deckhand (1). 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, Built in Breathing System (BIBS) 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 DVD format. For task orders requiring a vessel, the contractor is 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. Mobilization Requirement: Due to the nature of the work required, the contractor shall provide a competent and credentialed dive team as well as capable commercial dive equipment and mobilize to any facility or structure in the Walla Walla and / or Portland District within 24 hours of notice to proceed after a task order is issued. The Government anticipates issuing solicitation W912EF-14-R-0024 on the FBO website in the near future. The solicitation will be a Request for Quotations (RFQ). NO CD's OR HARD COPIES WILL BE AVAILABLE. Vendors will be responsible for checking the referenced page for any update(s) to the solicitation. The Government is not responsible for any loss of Internet connectivity or for any vendor's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watch list. If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me To Interested Vendors quote mark button in the listing for this solicitation on FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-14-R-0024/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03423490-W 20140716/140714235025-d9dac7db5876b25cd5e01102980a25b9 (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.