North Carolina Bids > Bid Detail

Video Inspection at Eagle Island

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159493075350625
Posted Date: Mar 15, 2024
Due Date: Mar 22, 2024
Source: https://sam.gov/opp/716924eec4...
Follow
Video Inspection at Eagle Island
Active
Contract Opportunity
Notice ID
W912PM24Q0026
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST WILMINGTON
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 15, 2024 11:58 am EDT
  • Original Response Date: Mar 22, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    Leland , NC 28451
    USA
Description

SOURCES SOUGHT NOTICE



FOR



VIDEO INSPECTION OF SPILLWAYS 4, 5, AND 6



EAGLE ISLAND, BRUNSWICK COUNTY, NORTH CAROLINA





This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a



Request for Proposal. This request does not obligate the Government in any contract award.





The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to perform VIDEO INSPECTION services for the Government at Eagle Island, North Carolina.





Description of Work:





The work to be performed under this contract consists of a closed-circuit television (CCTV) inspection of the pipes associated with Spillways 4, 5, and 6 at Cell 2 of Eagle Island. The pipe systems associated with spillways consist of approximately 24-inch diameter high-density polyethylene (HDPE) pipe with lengths for Spillway 4, 5, and 6, of approximately 790 linear feet (LF), 600 LF, and 660 LF, respectively. During the original installation, the HDPE pipe segments were delivered in 50-foot lengths and were welded in the field. The entire portion of the pipe systems should be video inspected using a Remote Operated Vehicle (ROV) meeting the requirements outlined in the Performance Work Statement (PWS).





ROV data output shall include the horizontal distance of ROV travel and the change in ROV elevation as it travels through each pipe. The horizontal distance traveled by the ROV shall be recorded and displayed on the bottom of the video frame during the inspection. For each segment of pipe, the change in elevation and horizontal distance of the ROV shall be represented with a graph and provided in the Report of Findings (ROF). The direction of travel, up-flow or down-flow, and the spillway name shall be provided for each graph. Information obtained from the inspection shall include horizontal and vertical control that is synchronized with the color video. The precision of the control shall be within 0.1 feet horizontally and 0.1 feet vertically. The video inspection equipment shall be capable of panning/ tilting 360 degrees. The contractor shall pan around the connection of the invert of the pipe to the spillway riser structure and at all joints and connections throughout the pipe. The video for the ROV shall have a minimum resolution of 1080p.





Standing water is expected to be encountered during the video inspections. As a result, the ROV shall be able to travel when the pipe is dry, partially full of water, and completely full of water.





The Contractor shall provide a Report of Findings detailing the inspection and findings.





The Contractor shall provide all labor, equipment, supplies, and transportation required to inspect the pipes at Spillways 4, 5, and 6; except those materials provided by the Government, as identified in Section 1.16.1.





If a blockage is encountered when surveying the pipes, the contractor shall notify the government. The government will assess the situation and may execute the option for the contractor to flush and clear the pipe.





Work associated with this contract will be performed at Cell 2 of Eagle Island in Brunswick County, NC. Eagle Island is located off Battleship Road NE with approximate coordinates 34.214654 N and -77.960618 W.





All interested firms with NAICS 811310 – Commercial and Industrial Machinery and Equipment Repair and Maintenance, as an approved NAICs code have until 22 March 2024 at 1500 EST to submit the following information:






  1. GENERAL INFORMATION:


    1. Name & Address of your Firm

    2. Point of Contact (Name/Phone/E-mail)

    3. SAM Unique Entity ID. (The Unique Entity ID is a 12-character alphanumeric ID assigned to an entity by SAM.gov)

    4. Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.







NOTE: Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM, and VA Certification of VOSB and SDVOSB’s through the Vendor Information Pages at https://vip.vetbiz.va.gov.





2. Please submit your interest and capability to perform Video Inspection at Eagle Island.





3. INFORMATION ON TEAMING ARRANGEMENT (IF APPLICABLE). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business, both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided.





NOTE: The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.





4. EVIDENCE OF CAPABILITIES to perform comparable work. Provide project info on a minimum of two and no more than 5 projects that demonstrate the firm's experience on projects that are substantially complete or completed within the last five (5) years which are similar to the project in size, scope and complexity. For each project include:






  1. Project name and contract number.

  2. Customer.

  3. Summary description of the key elements/salient work features of the project.

  4. your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role.

  5. Location where the work/project was completed.

  6. Contract amount.

  7. Brief description of how the experience relates to the general work description in this notice.





Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous sources sought postings or had other communications with our office regarding preliminary market research for this project, please be advised that it is still necessary for you to respond to this posting. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner.





To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made.





All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.





Email the requested information, with delivery and read receipt requested to:





Terri Adams at terri.m.adams@usace.army.mil



Rosalind M. Shoemaker at Rosalind.m.shoemaker@usace.army.mil





The email should be titled: W912PM24Q0026 – Video Inspection at Eagle Island - [Insert company’s name]





If you have questions, please contact Terri Adams at terri.m.adams@usace.army.mil












Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 69 DARLINGTON AVENUE
  • WILMINGTON , NC 28403-1343
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 15, 2024 11:58 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >