SOURCES SOUGHT
A -- Data collection and analysis efforts and monitoring systems development
- Notice Date
- 6/1/2010
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF01331755
- Response Due
- 6/11/2010
- Archive Date
- 8/10/2010
- Point of Contact
- Angela L. Smoot, 601-634-2773
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(angela.smoot@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice for information and preliminary planning only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit this requirement as either a certified HubZone, Service Disabled Veteran Owned Business (SDVOB), certified 8(a), or small business set-aside. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this NOTICE however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements below to submit a Capability Statement. The U. S. Army Engineer Research and Development Center (ERDC) Coastal and Hydraulics Laboratory (CHL) intends to contract data collection and analysis efforts and monitoring system development, as well as routine tasks associated with these major areas of effort. The Contractor must have documented in-house experience and expertise in working in sheltered and near-shore waters, deep-water, open ocean locations as well as in the surf zone. The Contractor must have in-house personnel with documented educational background and experience in utilizing computer techniques in the analysis and interpretation of the data identified above. Work also includes collection and analysis of dredging data that includes production, performance and environmental-related parameters. The specialized knowledge and experience includes statistical treatment of oceanographic and atmospheric data, structural analysis, data transmission via cable, radio, and satellite, electronic navigation systems, geophysics, diving operations, near shore and shelf currents, wave dynamics, firmware development, integration of computer systems and software with oceanographic instrumentation, sediment and water properties analysis, electronic systems development, and scientific computer programming and photogrammetry. The work to be performed under this contract consists of miscellaneous operations and maintenance support, scientific support, advanced systems support, quality assurance, data-analysis systems support, and administrative support for ERDC prototype data collection and analysis projects conducted on any water resource of the United States, including, Alaska, Hawaii, and U. S. territories. This Sources Sought is for information and planning purposes only, and does not constitute a Request for Proposal (RFP). This Market Survey is not to be construed as a commitment by the U. S. Government. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this Market Survey. Respondents will not be notified of the results of this survey or results of information submitted. After completing its analysis, the Government will determine whether to limit competition among either certified HubZone, Service Disabled Veteran Owned Business (SDVOB), certified 8(a) firms or proceed with competition among all small business firms. Interested contractors responding to this market survey must provide a capability statement demonstrating their experience, skills, capability to fulfill the Governments requirements, and past performance in providing the type services specified above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements below. Submissions that do not meet all requirements or are not submitted within the allotted time will not be considered. The Government respectfully requests information on or before 4:30 PM CST, Friday, June 11, 2010. Please provide capability statements to CPT Angela Smoot, Contract Specialist, ERDC Contracting Office, 3909 Halls Ferry Road, Bldg. 1003, Vicksburg, MS 39180-6199, or via email at angela.l.smoot@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF01331755/listing.html)
- Place of Performance
- Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN02164541-W 20100603/100601234151-626ba9b46c99ebfa718e0ddf70d1d129 (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 |