Pressure Vessel Inspection BPA for USACE Pittsburgh District
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 U.S. Army Corps of Engineers (USACE), Pittsburgh District, is conducting market research via a Sources Sought notice for Pressure Vessel Inspection and Testing Services. This is to identify qualified sources capable of providing specialized inspection and certification services for unfired pressure vessels at various USACE lock and dam facilities and project sites. Responses are due January 29, 2026.
Scope of Work
Services required include, but are not limited to:
- Performing on-site inspections in accordance with EM 385-1-1, applicable ASME Codes, and National Board requirements.
- Conducting ultrasonic testing and other non-destructive examination (NDE) methods to determine material integrity and wall thickness.
- Verification of safety pressure relief valve identity, settings, and operational readiness.
- Performing calculations to determine and verify the Maximum Allowable Working Pressure (MAWP).
- Coordination with on-site USACE personnel to schedule and execute inspections with minimal disruption.
- Preparation and submission of certified inspection documentation and final inspection records.
- Site cleanup and ensuring compliance with all applicable OSHA, environmental, and safety regulations. Work will be executed at approximately 22 sites containing 62 air receivers, located along the Ohio, Monongahela, and Allegheny Rivers. Vendors must be capable of supporting all specified locations.
Contract & Timeline
- Type: Sources Sought / Market Research (for a potential firm-fixed-price contract)
- Anticipated Period of Performance: 45 calendar days from the date of call.
- NAICS: 541380 – Testing Laboratories and Services (SBA size standard $19.0 million)
- PSC: H999 – Other QC/Test/Inspect-Miscellaneous
- Set-Aside: To be determined based on responses received and further market research.
- Response Due: January 29, 2026, 04:00 PM EST
- Published: January 8, 2026
Evaluation
This notice is for informational and planning purposes only. Responses will be used to determine the availability of qualified sources and to inform decisions regarding potential small business set-asides.
Additional Notes
This is not a solicitation or a request for proposal. Interested vendors are asked to provide a capabilities statement and at least 3 past performance examples of work of similar scope. The Government is considering a single firm-fixed-price contract award.