Articulated Boom Type Underbridge Inspection Vehicle and One Person Operating Crew, Various Locations in New England
ID: W912WJ24Q0135Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers requires an external contractor to support bridge inspections across multiple sites in New England. The key objective is to rent an articulated boom-type underbridge inspection vehicle equipped with a real-time communication system and a driver. USACE engineers will operate the vehicle's bucket/platform for inspections.

    The scope of work involves the vehicle's delivery to various bridges in Connecticut, Massachusetts, New Hampshire, and Vermont, as detailed in the solicitation notice. Contractors must adhere to a specified schedule, inspecting fourteen sites during the week of August 22, 2024, with each inspection lasting around three hours. Additionally, contractors will ensure compliance with updated wage determinations for labor rates and benefits as directed by the U.S. Department of Labor. This applies to multiple towns in Connecticut and is a critical component of the work.

    The Army Engineering District seeks to award the contract based on price to the most suitable vendor. The rental period is seven days, and the vehicle must be able to access tight spaces with a maximum curb-to-curb dimension of 10'–0″. Detailed photographs of each inspected site are required.

    To be considered, applicants must have an active SAM.gov registration, be small businesses, and submit their quotes by 2:00 PM on July 29, 2024. It's also crucial for applicants to respond to the request for information regarding the feasibility of overnight parking at each project site.

    The contact for this opportunity is Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or 9783188902.

    Point(s) of Contact
    Files
    Title
    Posted
    The procurement objective of this RFP involves updating the wage determinations for labor rates and health and welfare fringe benefits, as directed by the U.S. Department of Labor. This applies to multiple wage determinations included in the contract, covering various towns in Connecticut. Two wage determinations are provided in detail, specifying minimum hourly wage rates for different occupations. The first applies to towns in Hartford, Litchfield, Middlesex, and Tolland counties, while the second covers towns in Windham county. The occupations span administrative, automotive, food service, healthcare, IT, and many other sectors. The scope of work revolves around ensuring compliance with the specified wage rates and benefits across all relevant towns. Contractors will be responsible for carefully reviewing the provided wage determinations and ensuring their workforce is compensated accordingly. Critical dates include the solicitation closing date, which remains unchanged at July 29, 2024, at 2:00 PM Eastern. Offerors must acknowledge receipt of the amendment prior to this deadline.
    The primary purpose of this procurement is to obtain a contract for engineering services related to inspecting multiple bridges across different projects. The contracting entity, the U.S. Army Engineering District, seeks a response to a request for information (RFI) regarding the feasibility of overnight parking for the inspection vehicle at each project site. They also provide detailed GPS locations and access instructions for each bridge. Offerors must acknowledge receipt of the amendment by the solicitation closing date, which is extended to July 29, 2024, at 2:00 PM Eastern.
    The government seeks a contractor to rent an underbridge inspection vehicle, along with a driver, for a seven-day period. The objective is to inspect various bridges across Connecticut, Massachusetts, New Hampshire, and Vermont. The scope involves driving the vehicle to each location and conducting inspections according to the provided schedule. The focus is on spillway and service bridges, with detailed photos required for each site. Contractors have until August 18, 2024, to submit their proposals, and the evaluation criteria will likely emphasize the suitability of the offered vehicle, driver qualifications, and cost-effectiveness. This information is crucial for vendors to tailor their proposals accordingly.
    The government seeks a contractor to provide an underbridge inspection vehicle and a driver for USACE inspectors to conduct fracture critical inspections on fourteen US Army Corps of Engineers (USACE) bridges. The vehicle must be an articulated boom type with a communication system for real-time inspection support. The inspections are scheduled for various sites in Connecticut, Massachusetts, New Hampshire, and Vermont during the week of August 22, 2024, with each bridge inspection taking around three hours. Contractors must submit their quotes by 2:00 PM on July 29, 2024, and the government will award the contract based on price alone. Successful contractors will be required to have appropriate security clearances and adhere to safety and traffic control requirements. The contract type and value are not explicitly mentioned in the provided information. However, the emphasis on a quick award based on price suggests a firm-fixed-price contract.
    Similar Opportunities
    Survey Cabin Boat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is soliciting bids for the procurement of a 26-foot survey cabin boat, complete with two outboard motors and a trailer. This acquisition is essential for the U.S. Army Corps of Engineers in Memphis, as the vessel will be utilized for various surveying and operational tasks in support of their missions. The solicitation has been amended to extend the closing date to September 19, 2024, and interested parties can reach out to Tijuana Harris at Tijuana.M.Harris@usace.army.mil or by phone at 901-544-3048 for further details.
    White Mountain National Forest, Rob Brook Road Bridge Replacement, FR 35, MP. 0.1
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting bids for the replacement of the Rob Brook Road Bridge located in the White Mountain National Forest, Albany, New Hampshire. The project involves demolishing an existing 28-foot timber bridge and constructing a new 44-foot steel girder bridge, with a completion deadline set for October 31, 2025. This infrastructure improvement is crucial for maintaining safe transportation routes within national forests and reflects the government's commitment to environmental stewardship. Interested contractors must register in the System for Award Management (SAM) and submit their bids by September 10, 2024, with the anticipated contract value ranging between $500,000 and $1,000,000. For further inquiries, potential offerors can contact Brad Higley at bradley.higley@usda.gov.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) with a capacity of 40 tons. This procurement is set aside for small businesses and aims to fulfill the Army's requirements for transporting construction equipment effectively. The RFP closing date has been extended to September 23, 2024, at 1 PM EST, and interested parties should note that certain pricing details and eligibility requirements have been clarified in the associated RFP document. For further inquiries, potential bidders can contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil or Danial A. Davidson at daniel.a.davidson12.civ@army.mil, with the latter also reachable by phone at 571-588-9401.
    Telehandler Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a telehandler, as outlined in solicitation number N3904024Q0205. The rental period is scheduled from January 20, 2025, to January 29, 2026, with an option to extend until December 18, 2026, and the procurement is set aside for small businesses under NAICS code 532490, which pertains to other commercial and industrial machinery rental and leasing. This telehandler, with a minimum lifting capacity of 12,000 pounds, is essential for maintaining operational capabilities at the shipyard, and bidders must adhere to specific safety and operational requirements while providing evidence of compliance. Interested vendors must submit their proposals, including technical documentation, via email by October 1, 2024, and can direct inquiries to Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    UTV Purchase/Trade In for Brookville Lake
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the purchase and delivery of a 4x4 Utility Terrain Vehicle (UTV) for use at Brookville Lake in Indiana. Bidders are required to submit a quote that includes both the new UTV and a trade-in offer for an existing vehicle, with the total quote encompassing delivery of the new UTV and pick-up of the trade-in. This procurement is set aside for small businesses, emphasizing the importance of the UTV for operational efficiency at the site. Interested vendors must submit their quotes by September 26, 2024, and direct any inquiries to Contracting Officer Ethan Phillips at ethan.s.phillips@usace.army.mil or by phone at 502-315-6545, ensuring they are registered in the System for Award Management (SAM) prior to contract award.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    Northeast Region IDIQ Contracts for Highway, Street, and Bridge Construction
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for potential Indefinite Delivery Indefinite Quantity (IDIQ) contracts focused on highway, street, and bridge construction in the Northeast region of the United States. The procurement aims to identify capable firms under NAICS code 237310, which encompasses a variety of construction services including road rehabilitation, pavement construction, debris removal, and bridge repairs. This initiative is significant for enhancing regional infrastructure and is expected to involve contracts valued up to $60 million over a five-year period, with responses due by September 19, 2024. Interested parties should submit their qualifications and relevant information to Mr. David Bogner at eflhd.contracts@dot.gov by the specified deadline.
    3532 Revetment Barges
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting bids for the construction and delivery of four new welded steel revetment barges, with an option for two additional units, to support the Vicksburg District's operations. The barges, measuring 160 feet in length, 36 feet in beam, and 11 feet in depth, will augment the existing fleet used for mat sinking operations, which are critical for maintaining river infrastructure. Contractors must adhere to stringent quality control and safety standards throughout the project, which is structured in three phases: planning, construction/testing, and delivery, with a total contract duration of 640 days as per the latest amendments. Interested parties should contact Michael J. Hunter at michael.j.hunter@usace.army.mil or Matthew Rhoads at matthew.t.rhoads@usace.army.mil for further details and must ensure registration in the System for Award Management (SAM) prior to bidding.
    Annual inspections and load testing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Special Mission Training Center, is seeking qualified small businesses to conduct annual inspections and load testing of equipment. This procurement aims to ensure the maintenance and operational readiness of materials handling equipment, which is critical for the Coast Guard's mission effectiveness. Interested vendors must submit their pricing bids through the Unison Marketplace platform, with the solicitation closing on September 19, 2024, at 11:00 AM Eastern Time. For further inquiries, vendors can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET) 40-Ton
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the production of the M870A4 Semitrailer, Lowbed, Construction Equipment Transporter (SLCET), with a capacity of 40 tons. This procurement aims to secure a low-bed semitrailer capable of transporting various engineering construction equipment and vehicles, designed for tactical use in diverse environments and compliant with multiple safety standards. The contract will be a total small business set-aside, structured as a five-year Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with two optional years, allowing for a minimum of 10 and a maximum of 840 units to be ordered. Interested parties should note the extended proposal submission deadline of September 23, 2024, and can reach out to primary contact Mike Daubenmeyer at michael.f.daubenmeyer.civ@army.mil for further inquiries.