Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOURCES SOUGHT

C -- Indefinite Delivery Architect-Engineer Services Contract for Surveying, Mapping, and Related Services, Primarily Various Locations, Alaska

Notice Date
8/31/2009
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-09-R-0062
 
Archive Date
9/29/2009
 
Point of Contact
Crystal D Labrecque, Phone: 907-688-7558, Ronald K Jackson, Phone: 907 753-5596
 
E-Mail Address
crystal.d.labrecque@usace.army.mil, Ronald.K.Jackson@usace.army.mil
(crystal.d.labrecque@usace.army.mil, Ronald.K.Jackson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS: This Sources Sought announcement is part of a market survey for information only to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The US Army Corps of Engineer, Alaska District is seeking sources for providing surveying, mapping and related services during the conceptual and early design phase of design/construction projects and feasibility studies completed for Military, Federal, and local government customers statewide. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications for those A/E firms who may be interested in providing such services in an effort to finalize an appropriate acquisition strategy for such an engineering services contract. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to complete an open presolicitation notice in the near future for an indefinite delivery indefinite quantity A/E services contract. PROJECT INFORMATION: The AE will be required to have flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include topographic, hydrographic, tidal determinations (gauging), aerial mapping (LIDAR), GPS control, boundary establishment, 3D digital mapping, office computations and other specialized surveys for use in developing "Plans and Specifications." The selected firm must demonstrate the ability to provide AutoCAD formatted drawings and all support files that conform with the Corps of Engineers CADD/GIS Technology Center A/E/C CADD Standards (version 4.0) using the most recent version of AutoDesk Civil 3D at the time of contract and follow-on delivery order award. The site locations for the described services will be primarily within the State of Alaska. CRITERIA: (A) Professional personnel in the following disciplines: 2 surveyors licensed by the State of Alaska with a crew of 3 party chiefs and 6 staff surveyors, a photogrammetric specialist, and a hydrographic surveyor with at least 5 years of experience surveying in navigable channels. Responding firms MUST address each discipline, and clearly indicate which shall be subcontracted. (B) Specialized experience and technical competence: (1) minimum of 3 years experience in the use of AutoCAD, and Land Desktop and Civil 3D software, (2) minimum of 3 years of experience in global positioning system (GPS), (3) qualified to conduct precise surveys. (C) A quality management plan that will be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government. The plan should address the quality control processes that will be used by the contractor, and how those processes will complement and support the government's quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key personnel in relationship to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines. The quality management plan must address the integration of work products of the entire team that is proposed. ( NOTE: A detailed quality management plan will be required at the time of a Request For Proposal. (D) The firm's past performance on DOD and private sector contracts with respect to cost control, quality of work, and compliance with schedules. (E) Capacity to maintain schedules and accomplish required work on six task orders simultaneously. (F) Knowledge of the locality. (G) Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. ESTIMATED CONTRACT RANGE: Between $1,000,000 - $1,600,000 contract limit per year. Work will be issued by negotiated firm fixed price task orders. ESTIMATED CONTRACT DURATION: 5 years North American Industry Classification System (NAICS) code is 541370. Small Business Size Standard is $4.5 million. Offerors responses to this synopsis shall include the following information in addition to the offerors responses to the above listed criteria. Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in proposing on the solicitation/s when issued. Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)) Offerors Joint Venture information, if applicable, existing and potential. Interested firms shall respond to the Sources Sought Synopsis requirements for this project no later than 2:00 p.m. Alaska Daylight Savings Time, on 14 September 2009. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Please submit your response to: via facsimile at (907) 753-2544 or preferably via e-mail to the attention of Crystal Labrecque at crystal.d.labrecque@usace.army.mil. You may also mail your response to U.S. Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-CM (Crystal Labrecque), 2404 3 rd Street, Elmendorf AFB, AK 99506-0898.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-09-R-0062/listing.html)
 
Place of Performance
Address: 2204 3rd Street, Elmendorf AFB, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN01933453-W 20090902/090901000126-7824dcb5025d373cf928c01432e69a0e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.