Rope Access Bridge Inspections
ID: W912ES24Q0078Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a qualified contractor to provide a three-person rope access inspection team for bridge inspections at several lock and dam service bridges along the Mississippi River. The contractor will perform routine and Fracture Critical Member inspections at Upper St. Anthony Falls, Lower St. Anthony Falls, Lock and Dam No. 7, and Lock and Dam No. 8, with all inspections to be completed by November 30, 2024, as part of a 60-month inspection cycle. This opportunity is crucial for maintaining the structural integrity and safety of critical infrastructure, ensuring compliance with federal safety standards. Interested parties must submit their proposals, including team qualifications and an operation plan, by October 11, 2024, and can contact Karl Just at karl.p.just@usace.army.mil or Jesse Onkka at Jesse.L.Onkka@usace.army.mil for further information.

    Files
    Title
    Posted
    The inspection report for the Lower Saint Anthony Falls Locks & Dam Service Bridge, completed by a qualified team on October 14, 2019, details findings from a comprehensive assessment of the structure. Conducted in accordance with USACE policies, the evaluation revealed that while the primary steel girder superstructure and concrete substructure are generally in fair to satisfactory condition, notable issues, including pitting and corrosion in specific areas, need to be addressed. Several repairs have been recommended, such as updating the load rating reflecting section loss due to corrosion, spot painting, and assessing weld quality. The inspection is critical for planning future maintenance and rehabilitation efforts, with estimated costs ranging from $2,000 to $20,000 for various interventions. The bridge, used for service operations and not public access, has a structural evaluation rating of 5, indicating ongoing monitoring is essential. Recommendations for the next inspection are set for October 2024, stressing the importance of improving structural safety and integrity to support operational functions.
    The inspection report for the USAF Pedestrian Bridge in Hennepin County, Minnesota, details the findings from a combined routine and fracture critical evaluation conducted in October 2019. The inspection, led by a qualified team, found the bridge to be in overall satisfactory condition, with no major defects identified. The deck and superstructure showed good condition, though light surface rust and minor corrosion were noted. Recommendations for maintenance include future inspections, addressing corrosion, and correcting an incorrectly posted load limit sign of 3.5 tons. The last significant repairs occurred in 2002, and recent improvements such as added cyclone fencing on railings were completed successfully. The report underscores the need for routine inspections every two years to maintain structural safety. This documentation aligns with federal compliance for bridge safety management, contributing to ongoing federal RFPs and grant programs by ensuring infrastructure reliability and safety.
    The document outlines an amendment to solicitation W912ES24Q0078, issued by the US Army Corps of Engineers, St. Paul, which introduces a question and answer section for better clarifying project requirements. Specifically, a query was raised regarding access and inspection details for four structures involved in the project, requesting either plans or previous inspection reports and photos to aid preparation. The response stated that relevant PDFs with the requested information were attached to the solicitation. The amendment emphasizes the necessity for bidders to acknowledge receipt of this update prior to the specified submission deadline. It also reiterates that other terms and conditions of the contract remain unchanged. This amendment is vital for ensuring all parties have essential information, facilitating informed bidding and compliance with the project’s logistical demands.
    The document details a Request for Proposal (RFP) issued by the U.S. Army Corps of Engineers for a contractor to provide a three-person rope access inspection team tasked with conducting inspections on several lock and dam service bridges along the Mississippi River. Key responsibilities include routine and fracture critical member inspections at Upper St. Anthony Falls, Lower St. Anthony Falls, Lock and Dam No. 7, and Lock and Dam No. 8. Each inspection is part of a 60-month cycle and must be completed by November 30, 2024. The contractor must ensure that team members are qualified, holding necessary certifications from recognized bodies, including rope access qualifications. Deliverables include comprehensive inspection reports and photographs documenting the condition of each bridge. Safety protocols consistent with U.S. Army Corps regulations and OSHA standards are mandated throughout the inspection process. Submissions for the proposal must include details about the inspection team’s qualifications and a comprehensive operation plan, with a submission deadline set for October 11, 2024. This RFP emphasizes the importance of safety, preparation, and high technical qualifications in maintaining the structural integrity of critical infrastructure in alignment with federal standards and regulations.
    The document primarily focuses on the federal and state funding opportunities through RFPs (Requests for Proposals) and grants for various projects. It outlines the process for applying for these funds, emphasizing eligibility criteria, submission guidelines, and evaluation metrics used by governmental agencies. The key areas of funding include infrastructure enhancements, environmental assessments, and community development initiatives. Supportive details illustrate the structured approach required in proposal submissions, such as the necessity for comprehensive documentation and adherence to specific formats. The emphasis on collaboration and alignment with governmental priorities ensures that projects meet community needs and regulatory standards. There’s a notable focus on compliance with safety regulations that govern proposed projects, as well as the involvement of qualified experts in carrying out assessments and renovations. This document serves as a critical resource for organizations seeking financial assistance for projects aimed at public benefit, highlighting the strategic importance of government partnerships in achieving community-focused outcomes.
    The document pertains to a site plan focused on FSD (Fracture Critical Members) categorized under Category D. It outlines specific criteria for assessing structures classified as fracture critical, emphasizing their importance in maintaining structural integrity and safety. The repeated references to FSD Category D indicate a rigorous approach in evaluating and managing the health of these critical members, which are vital components of larger structures. The document appears to be a guideline or part of a proposal that centers on ensuring compliance and safety standards for fracture critical members, likely in the context of existing RFPs at federal, state, or local levels. The emphasis on this categorization suggests a commitment to proactive structural assessments, which may be relevant for government grants or funding opportunities aimed at infrastructure preservation and safety.
    The document provides a detailed inspection report of the Lock & Dam 8 Service Bridge located in Genoa, Wisconsin, following a comprehensive evaluation by a qualified team. Conducted in October 2019, the inspection revealed the bridge's overall condition as fair, with several structural elements showing signs of deterioration, including corrosion and spalling on concrete and steel components. The inspection noted that the protective coating was inadequate in certain areas, and the bridge railing was in poor condition. Specific recommendations were made, including conducting a future inspection in September 2024 and completing repairs to address existing deficiencies. The report also highlighted the necessity of updating the load rating to reflect changes in structural integrity due to section loss in the main girder flanges. Additional observations included the general upkeep of the channel and waterway associated with the bridge, which were deemed to be in good condition. Overall, this comprehensive assessment serves as a critical resource for ensuring the structural safety and integrity of the bridge, guiding maintenance and rehabilitation efforts in accordance with USACE policies and federal regulations.
    The document details specifications related to FSD Category D fracture critical members within a structural site plan. It underscores the importance of web stiffeners that have been welded as part of the construction protocols. The focus is on ensuring structural integrity and safety for components classified under these categories, which are critical to maintaining the overall stability of the infrastructure. The repetitive mention of "FSD Category D Fracture Critical Members" indicates a significant emphasis on compliance with structural engineering standards, likely in the context of federal or state-funded construction projects. Overall, the file serves as a technical guideline for engineering teams tasked with planning and executing projects involving these specific structural components, reflecting the rigorous standards upheld in federal RFP and grant processes.
    The provided document outlines a site plan focusing on various categories of Fracture Critical Members (FSD) within a construction framework. It specifies different categories, particularly emphasizing FSD Category C and E members, which are crucial for structural integrity. The plan demonstrates connections between different structural elements such as lateral bracing gussets and floor beams to girders while identifying specific FSD categories. There is mention of undefined categories due to intersecting welds, indicating complexity in the structural analysis. Overall, the document appears to be part of a larger structural engineering project, likely linked to government RFPs, aimed at ensuring safety and reliability in engineering practices while addressing critical structural components that must meet rigorous federal and state standards. Compliance with these guidelines is essential for the successful execution of construction projects, especially those involving federal funding or oversight.
    The document outlines a series of categories (C and E) associated with various government Requests for Proposals (RFPs) and grants. It provides detailed descriptions for each category, indicating their focus areas and requirements. Category C appears to have multiple entries detailing specific guidelines or expectations, while Category E includes further elaborations that align with broader proposals. The overall purpose of the document is to clarify and categorize different areas for federal, state, and local funding opportunities to facilitate potential applicants' understanding of available resources. This structured presentation helps applicants identify relevant opportunities while ensuring they meet the necessary criteria established by the government. The emphasis is on streamlining access to important information related to government funding requests and grants, ultimately aiming for effective allocation of resources to various projects across jurisdictions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking interested and capable businesses to construct a new 1,200 ft Lock for Lock and Dam 25, located approximately 61.5 river miles upstream from St. Louis. This procurement aims to enhance navigation and ecosystem sustainability as part of the Lock and Dam 25 project. The selected contractor will be responsible for the construction of non-building facilities, which are critical for maintaining waterway infrastructure and supporting regional commerce. Interested parties must register for the Industry Day and one-on-one sessions by June 17, 2024, and respond to the Request for Information by June 26, 2024. For further inquiries, contact Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil.
    W912BU24Q0007- Rental and Operation of Bucket Boat - RIA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking a contractor for the rental and operation of a bucket boat to assist in the structural inspection of bridges at Rock Island Arsenal (RIA) in Iowa. The contract, designated as W912BU-24-Q-0007, requires the provision of an underbridge access vessel, along with a certified pilot and operator, adhering to specific safety and operational guidelines mandated by federal and state standards. This procurement is crucial for ensuring safe and efficient access for structural evaluations, with inspections scheduled for late October 2024 and a performance period from October 15 to October 18, 2024. Interested vendors must submit their quotes by October 11, 2024, and ensure they are registered in SAM.gov; for further inquiries, they can contact Joseph R. Manney at joseph.r.manney@usace.army.mil or by phone at 215-656-6762.
    Sources Sought/Request for Information Lock 19 Nose Pier Replacement and Bulkhead Recess
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking information from qualified contractors regarding the Lock 19 Nose Pier Replacement and Bulkhead Recess project located in Keokuk, Iowa. The primary objective is to gather insights on the availability and capabilities of potential contractors, including their business classifications, to inform the Government's acquisition strategy and determine the feasibility of a small business set-aside. This project is critical for repairing the upper nose pier of Lock 19, which involves replacing damaged structures and enhancing resilience against barge impacts, with an estimated contract value exceeding $10 million. Interested parties must submit tailored capability statements by October 25, 2024, to Allison Longeville at allison.a.johnson@usace.army.mil and Troy Robbins at troy.a.robbins@usace.army.mil, detailing their qualifications and relevant experience.
    Replacement of the Tenkiller Dam Spillway Bridge, Oklahoma
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a Request for Proposal (RFP) for the replacement of the Tenkiller Dam spillway bridge located in Sequoya County near Gore, Oklahoma. The project entails the demolition of the existing bridge structures, construction of a new bridge with associated utilities, and ensuring uninterrupted power supply during the construction phase, all while restoring the site to its original condition post-construction. This opportunity is significant for contractors specializing in highway, street, and bridge construction, with an estimated contract value between $25 million and $100 million. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 237310 and are encouraged to attend a site visit on October 23, 2024, with proposals due by December 8, 2024. For further inquiries, contact Ryan Kelly at ryan.j.kelly@usace.army.mil or Shawn Adkins at SHAWN.A.ADKINS@USACE.ARMY.MIL.
    W912DW24R0019 - Albeni Falls Dam (AFD), Powerhouse Bridge Crane (PHBC), Oldtown, ID
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Powerhouse Bridge Crane at the Albeni Falls Dam in Oldtown, Idaho, under solicitation number W912DW24R0019. The project involves comprehensive upgrades to the existing crane system, including the design and installation of new trolleys, hoists, and control systems, as well as necessary structural modifications to enhance operational efficiency and safety. This initiative is critical for maintaining the functionality of the hydroelectric facility, ensuring compliance with safety standards, and supporting ongoing power generation operations. Interested contractors must submit their proposals by the extended deadline of October 11, 2024, with an estimated project value between $10 million and $25 million. For further inquiries, potential bidders can contact Hien Ho at hien.ho@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil.
    Bonneville Spillway Rock Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the Bonneville Spillway Rock Mitigation project, which involves constructing two concrete barriers on the spillway apron of the Bonneville Dam in Oregon. The primary objective is to mitigate rock accumulation that damages the existing infrastructure, requiring underwater construction techniques and adherence to environmental controls during the specified in-water work period from November 1 to February 28. This project is critical for maintaining the structural integrity of the dam and ensuring effective water management, with an estimated construction cost exceeding $10 million. Interested parties must submit their responses to the Sources Sought notice by October 31, 2024, to the designated contracting officials, Kristel Flores and Andrea Smothers, via email.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Kansas City District, is soliciting bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at various locations including Mullanphy Bend and Weldon Springs. The project entails dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is unavailable. This initiative is crucial for maintaining navigability on the river and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with a firm-fixed-price award anticipated between $5 million and $10 million. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil for further details.
    Replace Back Channel Hydraulic Dam Gate Cylinders
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Pittsburgh District, is seeking contractors for the replacement of hydraulic dam gate cylinders at the Emsworth Locks and Dams on the Ohio River in Allegheny County, Pennsylvania. The project entails the removal and disposal of existing hydraulic cylinders, installation of twelve new cylinders, and upgrades to the control system, including new communication cards and PLC processors. This work is critical for maintaining the operational integrity of the dam, with a contract value estimated between $5 million and $10 million and a completion timeline of 720 calendar days post-award. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to participate, with the Invitation for Bid expected to be issued around October 8, 2024. For further inquiries, contact Shantae Mollison at shantae.m.mollison@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2023 {OM23007)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for dredging facilities. The project involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about February 18, 2023, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.