WATER TANK INSPECTION & ASSESSMENT WORLDWIDE

Job Overview

Job Name:

WATER TANK INSPECTION & ASSESSMENT WORLDWIDE

Buyer:

DEPT OF DEFENSE

Notice Type:

Sources Sought

NAICS:

541330

Place of Performance:

CA

Job link:

https://sam.gov/opp/e580934ad2c14c82b35752456ede6213/view

Dates

Due Date:

February 28, 2025

Posted Date:

February 21, 2025

Contact Information

Primary Contact Name:

Marian Basa

Primary Contact Email:

[email protected]

Secondary Contact Name:

Antonio Arias

Secondary Contact Email:

[email protected]

Description

THIS IS A SOURCES SOUGHT SYNOPSIS. There is no solicitation available at this time. This Sources Sought Synopsis is published for Market Research purposes only for the specified NAICS code (541330), assuming SBA assigned size standard of $25.5M. The Naval Facilities Engineering and Expeditionary Warfare Center Acquisitions (NAVFAC EXWC, CODE CON74) is seeking qualified business sources to acquire services for Water Tank facility inspection, material condition assessment, engineering and design services in support of Sustainment, Restoration and Modernization (SRM) and Military Construction (MILCON) projects for DoD Water Tank facilities at various locations Worldwide.

The work includes, but is not limited to the work includes, but is not limited to the following:

  • Pre-bid water tank inspections in accordance with applicable standards of the American Water Works Association (AWWA)
  • Engineering analysis of existing conditions in comparison to current regulations and requirements
  • Comparison between previous inspection reports and/or drawings of the facilities
  • Engineering calculations for structural analysis with or without previous design calculations
  • Failure analysis and forensic engineering
  • Documentation of findings
  • Generation of recommendations, including cost estimates for follow-on actions, and invitation for bid contract plans and specifications; including rehabilitation schedules.

Projects under this contract shall be awarded on individual task orders. The scope of a given order may vary or be a combination of Initial, Routine, Special (Interim), Complex, Damage (emergency). Deliverable requirements and special instruction will be specified in each task order scope. 

The types of Task Order submittals may include, but not be limited to:

  • Inspection and condition assessment reports and supporting data in a mineable format (as specified by Navy)
  • Engineering alternatives analyses and basis of repair/design reports
  • Engineering calculations
  • Engineering plans and specifications
  • Construction cost estimates (Form DD1391)
  • Technical reviews
  • Asset inventory data spreadsheet
  • Critical find letters
  • In-brief and out-brief presentations 
  • Submittals for safety plans and dive plans may be required in accordance with EM-385-1-1

Additional products and services may include:

  • Construction contract drawings using computer- aided design and drafting (CADD), per the A/E/C CADD Standard, and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS)
  • Water tank uniformat II classifications standard
  • Contract bid analyses
  • Post construction award services (PCAS); database design, construction and population
  • Procedures and guidelines reports
  • Seismic vulnerability assessments
  • Development of retrofit schemes

A water tank facility for U.S. Navy purposes is defined as any permanent structure that stores water. Water tank facilities include, but are not limited to, standpipes, reservoirs, elevated tanks, underground storage or any similar structure that serves as a water supply, or as a reservoir for maintaining equal water pressure in a water system. Water tank facilities may store potable water or be used for fire protection purposes; storing non-potable water. Tanks are manufactured from a variety of materials including fiberglass, steel, concrete or composite. A dam or related structure to impede water flow is not considered to be a water tank facility.. Water Tanks that will require inspection will be located on military property, whether located in the contiguous United States or outside the contiguous United States, or are water tanks that are owned and maintained by the military.

Each water tank inspection team shall be comprised of at least three inspectors, one of whom is the designated team leader. Inspections will require more than two team members for safety purposes or to include needed expertise. Water tank facility inspections and assessments will be performed under direct control and supervision of a registered professional engineer. For each assessment, one engineer shall be appointed as the engineer-in-charge (EIC). That EIC shall be on-site for at least 25% of the inspections, and write at least 50% of the detailed inspection reports. A Professional Engineer (PE) shall stamp all reports, drawings and submittals. The EIC or Competent Person in Charge shall ensure that all field inspection operations, including diving, are performed in accordance with reference (d), U.S. Army Corps of Engineers Safety and Health Requirements EM 385-1-1. Members of each inspection team must meet the requirements below or as specified in the task order scope. 

US citizenship for all on-site personnel, including the requirement to pass a Federal Law Enforcement Agency Background Screening Process for access to Government sites is required.

The synopsis that will result from this sources sought is anticipated to result in a single contract being awarded to an A&E firm.

For this contract awarded, the prime contractor is required to perform at least 50% of the work (in dollars) for each year of the contract.

The A&E firm/team shall have the capacity to support a minimum of three simultaneous facility inspections located in different locations globally, while still meeting the requirements of the contract for prime contractor performance.    

A single award, indefinite delivery, indefinite quantity (IDIQ) type contract is anticipated, with task orders using Firm Fixed Price (FFP) contract pricing. The anticipated period of performance is 60 months.

A minimum guarantee of $10,000 for the entire contract term, including option years, will be satisfied by the award of an initial Task Order. Multiple Task Orders may be awarded with similar delivery schedules requiring the firm to provide services with overlapping work/delivery dates.

Individual Task Orders are expected to range, on average, between $50,000 and $750,000.

The purpose of this sources sought synopsis is to identify interested/qualified sources. The applicable North American Industry Classification (NAICS) Code 541330 Engineering Services (size standard $25.5M, no exception applied). Offerors shall have no less than five (5) years’ experience in providing this type of service. At a minimum, provide the following information in your submittal:

1) Name and address of company and contact information/point of contact.

2) CAGE code and DUNS number.

3) Only a single brief statement of qualifications (not to exceed seven [7] total pages) to include experience relative to this procurement, or any other information that clearly demonstrates your capabilities, expertise and experience to perform the requirements. General marketing material may be included but must fall within the (7) page submittal requirement.

4) Statement as to small business program size status relative to the above NAICS Code and identification of any existing contract vehicles currently in place which may be used and fit the proposed contract scope.

5) Short explanation regarding approach to managing multiple projects at multiple locations worldwide including emergency short notice projects.

6) Possible teaming arrangements: If you are responding as a prime contractor, provide anticipated subcontractors and their business size under the identified NAICS code. If you are responding as any other business or teaming entity, please identify the entity and the business size under the NAICS code, if known (eg: Partnership, Joint Venture, LLC).

7) Address the contractor’s ability to meet the most recent version of EM-385-1-1 (2014) Chapter 30 Diving Standards & Appendix O Required Manning Levels.

The Government will neither award a contract solely on the basis of this Sources Sought Synopsis nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice.

This sources sought synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Governments acquisition approach. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be reviewed for informational purposes. The Government reserves the right to independently verify all information submitted. Submit required information electronically to:

Attachments

Support

(888) 236-8589

Mon-Fri: 9am - 10pm CST

Sat-Sun: 11am-7pm CST

Contact Us
SuretyNow Logo
SuretyNow Logo

© 2025 Nomad Insurance Agency Inc

LinkedInTwitterFacebook