SOURCES SOUGHT
H -- Gage Observation
- Notice Date
- 11/18/2016
- Notice Type
- Sources Sought
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New Orleans, Attn: CEMVN-CT, PO Box 60267, New Orleans, Louisiana, 70160-0267, United States
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-17-SS-0002
- Point of Contact
- Melissa A. Vaughn, Phone: 504-862-2762, Veronica F. Garner, Phone: (504) 862-1515
- E-Mail Address
-
melissa.a.vaughn@usace.army.mil, veronica.garner@usace.army.mil
(melissa.a.vaughn@usace.army.mil, veronica.garner@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THE U.S. ARMY ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING SOURCES FOR Collection of Daily Gage Readings at New Orleans District Gage Locations Throughout South Louisiana Maintenance THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-17-SS-0002. The NAICS codes for this proposed acquisition is 221310. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized for Collection of Daily Gage Readings at various USACE Sites throughout South Louisiana. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified companies. The contractor, operating as an independent contractor and not as an agent of the Government shall provide all labor, materials, and equipment necessary to perform collection of gage readings throughout south Louisiana. The contractor shall provide adequate supervision and quality control to assure the accuracy, quality, completeness, and progress of the work. The Contractor shall collect daily gage readings at locations shown in Table 1 below for a 365‐day period to begin no later than 10‐days from Notice to Proceed (NTP). GAGE IDs Location LAT/LONGS Data Collection time 03550 Grand Lake, Charenton Flood Side 29 51 22.5 ‐091 26 21.1 Stage only 8:00 AM Daily 49690 IWW, Flood Side, Belle River 29 54 26.8 ‐091 13 07.6 Stage only 8:00 AM Daily 52640 Belle River, Protected Side 29 54 28.7 ‐091 12 55.1 Stage only 8:00 AM Daily 52720 Lake Verret at Attakapa Landing 29 51 00.8 ‐091 06 09.7 Stage & Precipitation 8:00 AM Daily 01240 N‐11 College Point 29 59 39.6 ‐090 49 33.9 Stage only 8:00 AM Daily 61280 Bayou Boeuf 31 09 10.2 ‐092 25 53.4 Stage only 8:00 AM Daily 01140 HW Bayou Sara 30 45 53.4 ‐091 23 05.8 Stage only 8:00 AM Daily 52680 Pierre Pass at Pierre Part 29 57 52.4 ‐091 12 38.6 Stage only 8:00 AM Daily 61400 Bayou Boeuf near Lecompte 31 06 42.3 ‐092 26 08.0 Stage only 8:00 AM Daily Table 1: Gage Identification Table C.2. SUBMITTING GAGE REPORTS. Gage data delivery dates will occur by the first Friday of the month commencing after NTP, for example 1 June 2016 and continuing through the twelve months. C.2.1. GAGE READING FREQUENCY. All staff gages located at the coordinates provided WILL BE READ DAILY at 08:00 am Central Standard Time. The staff gage and precipitation gage at Attakapa Landing is the only gage requiring stage and precipitation readings daily. Gage readings and the one precipitation reading will be recorded on the Government provided Weekly Gage Height Record Form, Engineer Form 3207, April 84. C.2.2 ELECTRONIC REPORTING. The contractor will submit the data as stated in paragraph 1 to the Contract Officer's Representative (COR) by electronic means, e.g., emailed Excel Spreadsheet formatted to convey the information recorded on the Weekly Gage Height Record Form, Engineer Form 3207, April 84. The physical gage forms will be collected and submitted quarterly to the COR. C.3. SITE CONDITION REPORTING. If the A‐E discovers, during the daily readings, that a gage is damaged, blocked from view, disturbed, or otherwise unreadable, the A‐E will notify the COR that day or as soon as practical. C.4 INVOICING. C.4.1 ACCRUAL ESTIMATE SUBMITTALS. The Contractor shall be responsible for submitting an accrual estimate form to USACE on a monthly basis. The estimates shall quantify the dollar value of the work anticipated to be incurred during the next month. This will vary according to days worked each month. These estimates shall be as accurate as feasible. The estimates shall be submitted by e‐mail to A‐E‐ Office@usace.army.mil on the 20th of each month to estimate billing expenses for the following month. A sample form and formats shall be provided by USACE. PAYMENT SCHEDULE. The Contractor shall submit a separate invoice for each month's work completed on a monthly basis. The amount of the invoice shall be based on the percentage of work completed. The first invoice may be submitted 45 days after the Notice to Proceed has been given. Final invoice shall be submitted after all deliverables have been accepted by the government. Invoices and description of work accomplished for the invoiced period are to be submitted by e‐mail to A‐E‐Office@usace.army.mil. Suspicious Activity Reporting Training: The contractor and all associated sub-contractors shall receive a brief/training (provided by the MVN Security Office) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. Pre-screen candidates using E-Verify Program: The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. All interested companies meeting our stated criteria are invited to submit a Capability Statement consisting of appropriate documentation, literature and brochures and should include: 1) Firm name, address, telephone and fax numbers. 2) Identification of the company's size certification based on NAICS code 221310. 3) Past experience with collections of Daily Gage Reading IMPORTANT: Responses must be limited to no more than 10 pages. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Melissa.A.Vaughn@usace.army.mil. Responses must be received no later than 4:30pm Central, Wednesday, 30 November2016. NOTE: Contractors must be registered in SAM (System for Award Management) to be eligible for contract award or payment from any DOD activity. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-17-SS-0002/listing.html)
- Place of Performance
- Address: USACE District, 7400 Leake Avenue, New Orleans, Louisiana, 70118, United States
- Zip Code: 70118
- Zip Code: 70118
- Record
- SN04331881-W 20161120/161118234212-d029159dfc22bef507ff0b7ef54c37d4 (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 |