SOURCES SOUGHT
C -- Hydrographic Surveying and Mapping Services
- Notice Date
- 10/7/2014
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-15-R-SS02
- Response Due
- 10/21/2014
- Archive Date
- 12/6/2014
- Point of Contact
- Elaine M. Vandiver, 509-527-7221
- E-Mail Address
-
USACE District, Walla Walla
(elaine.m.vandiver@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. This notice neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought notice will be used by the Government in making appropriate acquisition decisions. Therefore, no contract award will result from this Sources Sought Notice. The United States Army Corps of Engineers (USACE) Walla Walla District is issuing this notice to measure the interest and availability of other than large business firms, including HUBZone, 8(a) or Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB) or other Small Business concerns that are capable of performing surveying and mapping services as part of an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract will be for $5 million consisting of a base period of one (1) year and four (4) option periods not to exceed one (1) year each. Work will vary in scope and size and will be assigned by individually negotiated firm fixed-price task orders. This procurement will be done in accordance with Public Law 92-582 (Brooks Act) and FAR Part 36. The NAICS code for this procurement is 541370 with a small business size standard of $15.0 million in average annual receipts. Architect-Engineer (A-E) hydrographic surveying and mapping services are required for various Walla Walla District projects. Primary, assignments will be located within the States of Oregon, Washington, and Idaho; however, work may be assigned in the Walla Walla District portions of Wyoming, Montana, Utah, Nevada, or at the location of any other Northwestern Division USACE District requesting assistance. Services required include, but not be limited to, survey and mapping activities specific to the following: (1) Hydrographic high order accuracy multi-beam bathymetric surveys with imagery (e.g. hill-shade) for underwater structure analysis, project navigation channel condition status and quantity determinations. Types of structures include, but not limited to, dam stilling basin, training wall, and end sill; (2) Hydrographic transect and topographic bathymetric surveys designed for riverbed condition analysis, profiling and quantity determinations; (3) Automated data collection, and fully integrated echo sounding equipment and positioning systems with 22 to 26 foot survey vessel(s) as a minimum is required. Specified bathymetric work may require the incorporation of geophysical surveying systems and instruments (e.g. acoustic Doppler current profiler, sub-bottom profilers, seismic reflection equipment, seafloor imaging software, side-scan sonar, and remotely operated vehicles) or other water quality instrumentation to meet Government requirements; (4) Dredging measurement, payment, and acceptance surveys; (5) Conventional and real-time global positioning system (GPS) control surveys for remote sensing instrumentation (e.g. hydrophone, transducer, etc) in support to fish behavioral studies; (6) Mapping in two and three dimensions explicit to required surveys; (7) Conventional and real-time Global Positioning System (GPS) land surveying encompassing geodetic control, cadastral and boundary surveys, remote sensing instrumentation positioning and control surveys, standard and valley type transect surveys, topographic, engineering design, and construction surveys; (8) Horizontal and vertical control networks for establishing local and grid coordinate systems; (9) Remote sensing and photogrammetric mapping requirements which consist of aerial photography, aerial photo processing, analytical aerotriangulation, stereo mapping compilation, digital orthophotography, airborne topographic light detection and ranging (LIDAR) mapping, and land use/land cover interpretation; (10) Utilization of multiple frequency GPS systems, electronic directional and leveling instruments; (11) Establishment of primary control networks from which supplemental surveying and mapping is performed, positional information is determined with reference to ellipsoid heights, and tied to high accuracy geodetic control networks; (12) Production and recordation of cadastral/boundary maps and documents according to appropriate State and County requirements; (13) Remote Sensing data acquisition of 2D and 3D information about an object through the use of aerial, land-based, and hydrographic sensors; airborne LIDAR, high resolution 3D terrestrial LIDAR, and BlueView sonar technologies; (14) Deformation Monitoring Surveys (precise and standard to industry) performed on land and underwater on a periodic basis to determine if a structure or object is changing shape or moving. (15) Subsurface Utility Engineering (SUE) and Mapping Surveys; (16) Geographic Information System (GIS) creation of personal geodatabase with implementation of SDSFIE standards and compatible with ESRI ArcGIS software; (17) Automated data processing with Computer-Aided Design (CAD) systems employing standard to the industry equipment, hardware and software. Resulting graphic data sets and file formats must be completely compatible with, and be capable of being loaded directly to, the Bentley Systems Inc. quote mark Microstation quote mark (DGN) and quote mark Inroads quote mark processing software; (18) All surveying and mapping services shall be supervised and directed by a Professional Land Surveyor, a Certified Hydrographic Surveyor, or a Photogrammetrist registered to practice in the State(s) where services will be performed. In order to determine the extent of industry interest and experience in the requirement, interested firms shall present the following information: (1) Data Universal Number System (DUNS) number and CAGE code; (2) socio-economic classification(s) (e.g., 8(a), small business, small disadvantaged business, etc.) as they relate to NAICS code 541370; (3) a brief overview of the firm's capabilities and experience as they relate to items 1 through 15 of the potential services listed above; (4) describe the firm's CAD and GIS capabilities as they relate to items 16 and 17; (5) describe owned or leased equipment that the firm would use to perform the services identified; (6) discuss the firm's capabilities/qualifications (to include certifications and state(s) registered) as they apply to item 18. The response to this notice shall be in summary format and shall not exceed three (3) pages. Do NOT send an SF 330. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Companies or individuals interested in responding are invited to submit their information via email ONLY to Elaine Vandiver at Elaine.m.vandiver@usace.army.mil. All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. Responses should be received by 4:00 p.m. PDT, 21 October 2014. PLEASE REFERENCE quote mark SOURCES SOUGHT: Surveying and Mapping Architect Engineer IDIQ Contract quote mark IN THE SUBJECT LINE. Respondents will not be contacted regarding their submission or information gathered as a result of this sources sought notice. All responsible sources may respond to this notice and all responses will be considered. Telephonic responses will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-SS02/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN03544369-W 20141009/141007234324-8fc956aac8199f2212f4397174a9462f (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 |