Utah Bids > Bid Detail

Certified Weld Inspections for One-Metric Ton Containers

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159050286880962
Posted Date: Jan 9, 2024
Due Date: Jan 18, 2024
Source: https://sam.gov/opp/85a526aea8...
Follow
Certified Weld Inspections for One-Metric Ton Containers
Active
Contract Opportunity
Notice ID
PANROC-24-P-000989
Related Notice
W519TC-24-P-00989
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RI
Office
W6QK ACC-RI
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: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 09, 2024 05:34 pm EST
  • Original Date Offers Due: Jan 18, 2024 10:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C213 - ARCHITECT AND ENGINEERING- GENERAL: INSPECTION (NON-CONSTRUCTION)
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Tooele , UT
    USA
Description

SUBJECT: Request for Quote (RFQ) for Certified Weld Inspections for One-Metric Ton Containers for Tooele Army Depot (TEAD)



Dear Contractor,





The due date for quote submission is 18 January 2024, 1000 Central Time, as stated in Paragraph I: DUE DATE AND TIME FOR QUOTE SUBMISSION. Please refer to Paragraph B for details.





INTRODUCTION: The U.S. Army Contracting Command – Rock Island (ACC-RI) on behalf of Tooele Army Depot (TEAD) has a Firm Fixed Price Purchase Order (PO) for the procurement of Weld Inspections for One-Metric Ton Containers. In accordance with FAR 19.502-2 Total Small Business Set-Asides, and as specified at FAR clause 52.219-6, Notice of Total Small Business Set-Aside, the current solicitation is a 100% Small Business Set-Aside.





A. STATEMENT OF REQUIREMENT: Tooele Army Depot (TEAD) is manufacturing a minimum of four hundred (400) one-metric ton containers and a necessary step in the manufacturing process is certified weld inspection. The contractor shall provide a firm fixed price quote for Weld Inspections for 400 quantity (QTY) One-Metric Ton Containers. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non- personal services necessary to perform Certified Weld Inspection for One-Metric Ton Containers.





Contractor and all associated sub-contractor’s employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.





The contractor shall furnish all services, materials, supplies, and labor required to perform the Certified Weld Inspection for One-Metric Ton Containers. The inspector shall be certified Nondestructive Examination (NDE) Level II or Level III. All welding

inspection and/or visual inspection shall be performed by personnel certified in accordance with AWS D1.1 and AWS QC1 as minimum of CWI (Certified Welding Inspector). The inspector shall submit NDE examiner certification records as well as eye exams in accordance with the American Welding Society (AWS) D1.1, Section 6.1.4.4 within 7-10 days of contract award and prior to performing inspections. Failure to do so could result in delay in contract payments or cancellation of the contract.



The contractor shall be capable of performing weld inspections for the one-metric ton containers at TEAD.



The CWI shall perform visual inspection of one hundred percent (100%) of each container’s welds in accordance with AWS D1.1, Table 6.1, for Statically Loaded Connections. The contracted inspector shall complete a weld examination report and those portions of the Shop Operations Traveler associated to their inspections. The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with the Performance Work Statement (PWS). The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor’s quality control program is how he assures himself that his work complies with the requirement of the contract.





The certifying procedures and contractor inspection and quality program shall be developed by a Level III CWI. Certifying procedures for non-destructive examination (NDE) equipment, operators and inspection and quality procedures shall be performed in accordance with Paragraph E-6, MSSP-28 Rev 3, dated June 26, 2103, as well as applicable Industry Standards and the PWS.





B. INSTRUCTIONS TO OFFEROR: Quote shall be submitted electronically via email to brianne.r.johnson2.civ@army.mil and megan.k.frost2.civ@army.mil with subject line as follows: “Quote for Certified Weld Inspections”. The quote shall be prepared and written in a clear, concise, and legible manner. In addition, the quote shall be written in English and must be specific and complete, as described in these instructions. Adherence to the prescribed format is required. Failure to provide a quote in compliance with the instructions specified in this RFQ may render the quote non-compliant. The established Pricing Matrix found in Attachment 0001 of this solicitation includes the product description and quantities. Attachment 0001 shall be filled out and completed in its entirety.



Please ensure that your company is providing the best prices, including any discounts.





Quote submission shall include the following:

• Attachment 0001 Pricing Matrix

• Points of Contact

• Commercial and Government Entity (CAGE) Code and DUNS



C. BASIS FOR AWARD: This RFQ will result in an award to the Offeror with the lowest price technically acceptable (LPTA), who is determined to be responsible, and who is compliant with the terms and conditions outlined in section B. Quotes will be evaluated based on their technical acceptability and the ‘Total Evaluated Price’ (TEP) found on the Pricing Matrix (Attachment 0001). The TEP is derived by multiplying the quantity by the ‘Price PER Unit’, resulting in all totals being summed for the TEP.



The Government will determine responsibility by analyzing whether offeror meets the standards set forth in FAR Subpart 9.1. The Contracting Officer reserves the right to review and consider performance evaluations, integrity records, and other data obtained from other Government sources, such as the Federal Awardee Performance and Integrity Information System, the SAM exclusions, and the Contractor Performance Assessment Reporting System.





The Government will compare the quote to the instructions annotated in section B to perform a compliance review. If the quote is determined to be incomplete it may not be further evaluated and will be deemed non-compliant. The Government reserves the right to award no contract at all.





D. POINT OF CONTACT: The Contractor’s quotation shall be signed and submitted by an individual having the authority to enter a contract based on the submitted quotation on behalf of the Contractor.





E. CLAUSES: The FAR and DFARS Clauses listed in Attachment 0002 are incorporated by reference and IAW with FAR 52.252-1, Solicitation Provisions Incorporated by Reference.





F. INSPECTION AND ACCEPTANCE: Inspection and Acceptance shall be Destination/Destination.

G. PAYMENT: Payment for order will be issued by DFAS, via Wide Area Workflow (WAWF) DFARS Clause 252.232-7006, see Attachment 0002.





H. QUESTIONS: Questions regarding this RFQ shall be submitted electronically to the Contract Specialist, Brianne Johnson, brianne.r.johnson2.civ@army.mil and the Contracting Officer, Megan Frost, megan.k.frost2.civ@army.mil, by 16 January 2024,1500 Central Time. The Government is not obligated to provide answers to all questions submitted by Contractor but will consider the questions and incorporate changes into the RFQ as the Government deems necessary in its sole discretion.





I. DUE DATE AND TIME FOR QUOTATION SUBMISSION: The due date and time for quotation submission is 18 January 2024, 1000 Central Time.





K. QUOTATION VALIDITY: Quotations shall be valid for 60 days from the required submission date.


Attachments/Links
Contact Information
Contracting Office Address
  • ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
  • ROCK ISLAND , IL 61299-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >