Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2020 SAM #6733
SOURCES SOUGHT

R -- Airborne Electromagnetic, Magnetic, and Radiometric Survey of Mississippi Alluv

Notice Date
5/4/2020 8:35:44 AM
 
Notice Type
Sources Sought
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0220R0019
 
Response Due
5/11/2020 12:00:00 AM
 
Archive Date
05/26/2020
 
Point of Contact
Beals, Trisha
 
E-Mail Address
tbeals@usgs.gov
(tbeals@usgs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 541360 with a Small Business Size Standard $15.0M for an upcoming requirement for conducting an airborne electromagnetic magnetic, and radiometric survey to provide digitally recorded and processed airborne geophysical and ancillary data in Select Aquifers in the Mississippi Embayment and Gulf Coastal Plain. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. The USGS requests airborne geophysical data that encompasses the Select Aquifers in the Mississippi Embayment and Gulf Coastal Plain study area using magnetic, electromagnetic, and radiometric methods. This project is intended to be a multiple-year study, with plans for several phases of data collection over a period of up to 4 years. This contract will be awarded for the entire 4-year study; however, given annual funding uncertainties all but the first year will be considered `optional add-on� pending availability of funds. An electromagnetic and magnetic system is required that can image subsurface lithologic variations and structural controls on recharge and groundwater flow, as well as changes in water salinity. These data are intended for rigorous inversion, uncertainty quantification, and will be used in the development of 3D groundwater models. The radiometric system is required to estimate concentrations of Uranium, Thorium, and Potassium in order to provide additional constraints on the source of different near-surface geological materials and their potential controls on groundwater recharge and soil characteristics. The Contractor shall furnish all travel, mobilization, labor, materials, aircraft and aircraft facilities, and demobilization, except as otherwise specified herein, required for conducting an airborne electromagnetic magnetic, and radiometric survey. The contractor shall provide digitally recorded and processed airborne geophysical and ancillary data in accordance with the terms, conditions and specifications set forth in this contract. The government has a definite requirement for and plans to award a minimum of 5,000-line kilometers (km). Optional �add-on� line kilometers may also be awarded at the time of contract award, up to 50,000 additional line-km, in part or all, throughout the duration of this 4-year contract period. The Government plans to make one contract award for the project area; however, data acquisition may occur in several phases as funds become available. Up to one mobilization/demobilization per year may be required. A scope of work will be provided with any solicitation that may be issued. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 541360 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $15.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT May 12, 2017 at 3:00pm MST via e-mail to: tbeals@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f48524400a894d9a9d51e31b392ba967/view)
 
Record
SN05645081-F 20200506/200504230155 (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.