Bridge Inspection and Assessment - Prescott NF
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USDA Forest Service is soliciting proposals for Bridge Inspection and Assessment services for three bridges within the Prescott National Forest, Arizona. This is a Total Small Business Set-Aside opportunity for a Firm-Fixed-Price contract. The work requires safety inspections in accordance with SNBI (March 2022) and load ratings per AASHTO's MBE (3rd ed., 2018). Questions are due by March 20, 2026, 3:00 PM PT, and offers are due by March 27, 2026, 1:00 PM PT.
Scope of Work
The contractor will perform comprehensive safety inspections and load ratings for three bridges: Bridge #9, Bridge #10, and Crooks Canyon Crossing. Key tasks include:
- Safety Inspections: Conducted per SNBI (March 2022) standards.
- Load Ratings: Performed per AASHTO MBE (3rd ed., 2018), including Design Load Rating HL-93 and Legal Load Ratings.
- Data Collection: Gather dimensions, deterioration details, and photographic evidence.
- Reporting: Provide detailed inspection reports, condition assessments, recommended work items with cost estimates, and load rating results. Reports must be signed by a qualified Bridge Inspection Team Leader (BITL) and a registered Professional Engineer.
- Hidden Reinforcement: Determine location, size, and extent of reinforcement in bridges without plans, potentially using destructive and non-destructive techniques. A plan and equipment list for this task must be submitted.
- Performance Period: All work must be completed within 90 days from the Notice to Proceed.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541330 (Engineering Services), with a size standard of $25.5M.
- Place of Performance: Crown King, AZ.
- Incumbent: No prior contract history for these services; this is a new requirement.
Evaluation and Submission
Offers will be evaluated based on Technical Approach, Technical Qualifications, Experience, Capacity, Inspection and Load Rating Data, Past Performance, and Price. Award will be made to the highest technically rated offeror whose price is fair and reasonable, and whose past performance is acceptable or neutral, representing the best value to the Government (no tradeoffs). Offerors must submit a completed SF1449, Price Proposal, and Technical Proposal as separate PDF documents. Pricing is a required component of the response.
Key Clarifications
- Coordinates and descriptions for all three bridges are provided, with basic sketches/summaries available for Bridges #9 and #10. No inspection reports are available for Crooks Canyon.
- Bridges #9 and #10 were built in 1955; Crooks Canyon is estimated to be from the same period.
- A Professional Engineer (PE) with any state registration must supervise load ratings, and their seal is required on calculations.
- Access to the underside of bridges may require ladders (10-12' for #9 and #10, 6' for Crooks Canyon).
- Offerors must have an active SAM.gov entity registration.
Contact Information
For questions and offer submissions, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.