Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOURCES SOUGHT

99 -- FY21 Surveying and Mapping A-E

Notice Date
3/10/2020 2:46:28 PM
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
PANNWD-20-P-3420
 
Response Due
3/25/2020 1:00:00 PM
 
Archive Date
04/09/2020
 
Point of Contact
Hyun Townsley, Phone: 2067643781
 
E-Mail Address
hyun.townsley@usace.army.mil
(hyun.townsley@usace.army.mil)
 
Description
1.� Synopsis:� a.�This is a Sources Sought Synopsis announcement 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 or a request for proposal (RFP) and no contract shall be awarded from this synopsis.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested U.S. Architect-Engineering (A-E) firms who have demonstrated capabilities in meeting the project description listed below. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. c.� The proposed work will be performed under the following North American Industry Classification (NAICS) codes: 541370 for Surveying and Mapping (except Geophysical) Services.� For size determination reference 13 CFR 121.104(c). d.� The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates soliciting and awarding a single Indefinite Delivery Indefinite Quantity (IDIQ) contract under PL 92-582 (the Brooks Act) and FAR Part 36 procurement procedures. NWS anticipates soliciting this requirement as a small business set-aside. e.� Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. f.� The IDIQ contract will consist of a three (3) year period of performance (3-year base period and no option period). The total capacity is $1,800,000 ($1.8M) cumulative for the life of the contract. g.� Description of Project:� This acquisition is a single-award small business set-aside IDIQ A-E contract for surveying and mapping services routinely required for military and IIS, civil works, environmental, and USACE operating projects.� Recurring requirements come from a variety of sources for civil works projects and USACE operating project sites. DoD, IIS, and in-house projects are included, as these customers frequently fund stand-alone A-E services requiring highly qualified surveying and mapping firms.� These are usually not part of a complete facility design, such as MILCON projects, and may occur at any phase of project execution. The Government also uses the contract for in-house USACE design projects requiring outside surveying, subsurface utility engineering, and utility locate support. NWS task orders placed under the surveying and mapping services contract are for specialized work by professional licensed surveyors (PLS) and technicians with expertise in 2D and 3D modeled content of existing conditions accurate in form, location, and orientation. Services include cadastral, boundary, and hydrography surveys, planimetric and topographic surveys, profiles and sections, aerial photogrammetry, orthophotography, and remote sensing (ex: light detection and ranging [LiDAR]) surveys, control networks and deformation analysis, subsurface utility locates, including subsurface utility engineering (SUE), and land use/land cover interpretation.� Services may be required in one or more project phases of planning, design, and construction management, and may include other relevant services as required by the Government. Projects are primarily located within the USACE Seattle, Walla Walla, and Portland District boundaries. However, work may be required on projects for other agencies served by the Seattle District. II. REQUIREMENT: a.� Responses to this Sources Sought shall be limited to 5-pages and shall include the following information. Offeror�s name, address, point of contact, phone number, and email address. Offeror�s business classification (i.e., small business, small disadvantaged business/Section 8(a), service-disabled veteran-owned small business, woman-owned small business, and/or historically underutilized business zone). Offeror�s capability to meet project requirements. Offeror�s Statement of Capability to perform a contract of this magnitude and complexity. Identify whether the work was completed independently as a prime contractor or affiliated with another contract (e.g., joint venture, subcontractor, etc.). If your role was as a subcontractor, describe the design services that your company provided. For each project listed, provide a brief description of the project, customer name, date of performance, customer satisfaction, and dollar value of the project. Provide at least three (3) examples. b.��Offerors shall NOT submit an SF330 in response to this Sources Sought announcement. c.� Submission of interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is released, it will be synopsized in beta.SAM.gov. d.� Interested offerors shall respond to this Sources Sought no later than 1PM, Pacific Standard Time, on 24 March 2020. e.� All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of government contracts. For information on opening a SAM account, see the following link: https://www.sam.gov/sam/ f.� Email responses to Ms. Hyun Townsley, Contract Specialist, at hyun.townsley@usace.army.mil. g.� Points of Contact:�� Contracting: Hyun Townsley, hyun.townsley@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/35f6b941383241dfaa1a9a431a2676dc/view)
 
Place of Performance
Address: Seattle, WA 98124, USA
Zip Code: 98124
Country: USA
 
Record
SN05585097-F 20200312/200310230202 (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 |
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.