SOURCES SOUGHT
H -- Non-Destructive Testing BPA for USACE Pittsburgh District
- Notice Date
- 3/18/2026 6:34:11 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W072 ENDIST PITTSBURGH PITTSBURGH PA 15222-4198 USA
- ZIP Code
- 15222-4198
- Solicitation Number
- W911WN26Q1B1F
- Response Due
- 3/30/2026 7:00:00 AM
- Archive Date
- 04/14/2026
- Point of Contact
- Aaron Barr, Phone: 4123957157, Miriaha Sigmon
- E-Mail Address
-
aaron.m.barr@usace.army.mil, miriaha.d.sigmon@usace.army.mil
(aaron.m.barr@usace.army.mil, miriaha.d.sigmon@usace.army.mil)
- Description
- BLANKET PURCHASE AGREEMENT Non-Destructive Testing U.S. ARMY CORPS OF ENGINEERS PITTSBURGH DISTRICT The U.S. Army Corps of Engineers (USACE), Pittsburgh District, is conducting market research in accordance with Revolutionary FAR Overhaul (RFO) Part 10 to determine the availability of qualified sources capable of providing specialized non-destructive testing (NDT). The supplier shall provide non-destructive testing (NDT) services for the U.S. Army Corps of Engineers, Pittsburgh District at various locations within the district (i.e. lock and dam facilities, flood risk management reservoir facilities, repair shops, etc.). Non-destructive inspection services shall include, but not limited to, NDT weld testing methods such as visual testing (VT), magnetic particle testing (MT), liquid penetrant testing (PT), radiographic testing (RT), ultrasonic testing (UT), and phased array ultrasonic testing (PAUT). All personnel who perform NDT must be AWS certified weld inspectors (CWI) qualified in accordance with ANSI/ASNT CP?189 NDT Level II or III. For any NDT service provided, test reports will be required that document, at a minimum, the CWI who performed the testing, procedures used, locations of weld tests, and any deficient weld findings. Further requirements will be specified for each separate BPA Call. Note: This is not a solicitation. This is a Sources Sought Notice (SSN) for planning purposes only. The information obtained from responses to this SSN may be used in the development of an acquisition strategy and future solicitation. No contract will be awarded based on the SSN nor any reimbursement made for information submitted. The solicitation will be conducted under NAICS code 541380 � Testing Laboratory Services with an associated small business size standard of $19,000,000.00 average annual revenue. Periods of Performance will be negotiated at the Call level. No set-aside determination has been made at this time. The contractor shall furnish all labor, equipment, devices, and materials and perform all work in accordance with the specifications. The contractor shall comply with all applicable federal, regional, state, and local laws and commercial standards. The above description of work is for general information only and is not intended to include or describe every feature of the work or to define the complete scope of the work. RESPONSE PROCEDURE To assist with planning, the GOV requests interested contractors submit the following by 10:00 AM ET, 30 March 2026: 1. A capability statement. Please provide a list of all testing method capabilities and list all testing certifications held. 2 Dated letter, certification, or registration in the appropriate program repository from the appropriate competent jurisdiction that evidences SB, 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification, such as an SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.). All the above must be submitted in sufficient detail for a decision to be made on the availability of interested SB, 8(a), HUBZone, WOSB, EDWOSB, or SDVOSB concerns. Failure to submit all the information requested may result in a contractor being considered �not interested� in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Aaron Barr, Contract Specialist, at aaron.m.barr@usace.army.mil , and copy Miriaha Sigmon, Contracting Officer, at Miriaha.D.Sigmon@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/13d2b56c027949f68cfb8482e56bccdc/view)
- Place of Performance
- Address: PA 15222, USA
- Zip Code: 15222
- Country: USA
- Zip Code: 15222
- Record
- SN07749889-F 20260320/260318230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |