This is a Sources Sought synopsis. This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP). The Government will not pay for any information or administrative cost incurred in response to this announcement. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided.
Disclaimer and Important Notes
The National Oceanic and Atmospheric Administration (NOAA) is not accepting proposals at this time and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information shall be included in your response to this Source Sought. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. The purpose of this Sources Sought is to improve the understanding of Government requirements and industry capabilities. This allows potential offerors to participate and provide information on how they can satisfy the Government's requirements. Responses will assist the Government in determining the availability of potential solutions in the marketplace. It is the responsibility of the potential offerors to monitor SAM.gov for additional information pertaining to this requirement. For information regarding this acquisition, contact the Contracting Officials listed herein.
This exchange of information must be consistent with procurement integrity requirements (See FAR 3.104). Interested parties include potential offerors, end users, Government acquisition and supporting personnel, and others involved in the conduct or outcome of the acquisition.
General Scope of Requirement
The contemplated award is for Non-Destructive Testing (NDT) Fire Suppression Tank for the National Oceanic and Atmospheric Administration’s (NOAA) National Environmental Satellite, Data, and Information Service’s (NESDIS) Office of Satellite and Product Operations (OSPO).
Performance of this requirement shall take place onsite at the Fairbanks Command and Data Acquisition Station (FCDAS) located at 1300 Eisele Road, Fairbanks, Alaska 99712.
FCDAS requires Non-Destructive Testing (NDT) for a fire suppression tank to ensure it is in good condition to determine if the tank needs repairs. Must provide NDT Testing and core sampling results, graphs, photos suppression system at FCDAS. With the fire suppression system down the contractor will supply enough water on site in case of a fire.
The contractor shall be capable of providing all equipment, labor, and laboratory analysis in support of this requirement. This requirement will require the following support:
Technical Specifications
Provide the following:
-Visual Inspection for cracking, spalls
-GPR Ground Penetrating Radar (GPR) verifying reinforcing spacing, reinforcing cover and wall and floor thickness.
-Impact Echo (IE) Pulse Velocity (PV) covering compressional and shear wave measurements to access concrete strength, delamination survey and wall thickness/determine limits of cracking. During the visual inspection sounding of the concrete is conducted accordance with ASTM D4580 to locate areas with concrete delamination.
-Corrosion Potential (Half Cell) Survey, Provide an indication of corrosion activity in the wall sections tested. Core sampling and testing. All drilled areas will be patched with a non-shrink high strength grout to be approved by NOAA.
Qualifications
Demonstrated Prior Experience
- At least Ten (10) years of experience in dual data collection of ASTMC1383-15 Impact Echo Testing and ASTMC597nondestructive and geophysical test engineering expertise.
- National Cathodic Protection NACE CP4 Certification
Sources Sought Respondents
Sources intending to respond to this posting should thoroughly review the aforementioned and submit the following information:
Identification of your firm's business size and identification of your firm’s Commercial and Government Entity (CAGE) Code and Unique Entity Identifier (UEI) number.
Capability statements should reveal your firm’s presence (if any) on Government-Wide Contract Vehicles (e.g. NASA SEWP, GSA Advantage, etc.) that can support this requirement.
Capability statements expressing your firm’s interest in this requirement, describing your company and its capability to meet the Technical Specifications Program requirements and Qualifications stated in this post with a description of your proposed services and/or supplies that would meet the requirements. Interested parties should provide sufficient detailed information, which demonstrates the capability of the proposed solution.
Response Time
Please send your submission via email to the attention of Contract Specialist (CS) Jay Parsick (e-mail: Jay.Parsick@noaa.gov) and to Contracting Officer (CO) Lori Smith (e-mail: Lori.smith@noaa.gov) no later than July 25, 2023 2:00 PM Eastern Time. Please include NE-EB2000-23-00847 in the subject line of your submission. The response shall be no more than two (2) single-spaced pages, and use a minimum font of 12-point Times New Roman on 8 ½ x 11- inch paper. Each page should be separately numbered.
Contracting Office Address
- SATELLITE AND INFORMATION ACQUISITI 1325 EAST WEST HWY, RM. 11319
- SILVER SPRING , MD 20910
- USA