Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2020 SAM #6804
SOLICITATION NOTICE

C -- HYDROGRAPHIC SURVEY CAPABILITIES, PRIMARILY WITHIN THE ST. LOUIS DISTRICT

Notice Date
7/14/2020 1:27:59 PM
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
 
ZIP Code
63103-2833
 
Solicitation Number
W912P919R0047
 
Response Due
8/28/2020 8:00:00 AM
 
Archive Date
09/12/2020
 
Point of Contact
Angie L. Grimes, Phone: 3143318965, Fax: 3143318746
 
E-Mail Address
angie.l.grimes@usace.army.mil
(angie.l.grimes@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRE-SOLICITATION NOTICE, AND NOT A REQUEST FOR PROPOSAL (RFP).� THIS IS A STANDARD FORM (SF330) NOTICE� FOR AN ANTICIPATED� A-E AND PROFESSIONAL SERVICE REQUEST FOR QUALIFICATIONS POSTING .� The proposed SF 330 posting� will have all the information required for all interested A-E firms and /or contractors to submit SF330 Documents (Part I and II) for review in this upcoming A-E qualification-based selection process. INDEFINITE DELIVERY A-E CONTRACTS FOR FIELD SURVEYS WITH AUTOMATED HYDROGRAPHIC SURVEY CAPABILITIES, PRIMARILY WITHIN THE ST. LOUIS DISTRICT, BY THE ST. LOUIS DISTRICT, SOL W912P9-19-R-0047, POC Contracting, Angie Grimes, (314) 331-8965, Contracting Officer, Archie Ringgenberg (314) 331-8505� (Site Code W912P9) � I. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and supplements thereto.� Services of a qualified firm are sought to provide hydrographic and field surveys for the St. Louis District, U.S. Army Corps of Engineers.� Firms will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. �The St Louis (MVS) District boundaries will be the primary area for the work, but the Government may, at its discretion accomplish work in other geographical regions; including the entire continental US.� Firms may be required to be mobilized and having commenced work at the project sites in the MVS district no later than twenty-four (24) hours.� The Government intends to negotiate and award three (3), five (5) year indefinite-delivery restricted contracts within one year after the required response date to this solicitation.� If there are not enough most highly qualified small business contractors to fill any or all of the restricted contracts, a solicitation will be issued for unrestricted contracts to fill the remaining capacity.� A Contractor awarded a contract under this announcement will be ineligible for award under an unrestricted announcement.� Furthermore, if capacity requirements cannot be met with small business Contractors, those most highly qualified small businesses that do not receive an award under this restricted solicitation, will have their SF 330�s automatically added to the unrestricted solicitation SF330 responses. Award(s) will be based on selection of the most highly qualified firm(s) in accordance with A-E Brooks Act procedures as implemented by FAR 36.6 and supplements thereto. The St Louis District intends to award three (3) IDIQ Contract(s).� The amount of work in each contract will not exceed a $7,000,000 total capacity for a five (5) year period and the guaranteed minimum will be $5,000.� Work will be issued by firm-fixed-price task orders not to exceed the contract amount and will be subject to successful negotiations.� Rates will be negotiated for each 12-month period of the contract at the time of the original award.� On each individual contract, the first year�s rate schedule shall become effective the day of contract award, and shall be in effect for one year from contract award.� Subsequent rate schedules shall become effective on the yearly anniversary dates from contract award.� The Contracting Officer will consider the following and other relevant factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, the availability of 2 simultaneous survey crews, and uniquely specialized experience.� The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, relative to the employee�s office location.� To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at www.sam.gov.� Registration is not required with this submission.� This contract is set aside for small business only.� North American Industrial Classification System (NAICS) code is 541370 which has a size standard of $15,000,000.00 ($15.0 Million) in annual average receipts.� Each firm responding to this announcement must indicate their size status under the specified NAICS code and state if they are currently certified as a small business.� II. PROJECT INFORMATION: Work will consist of performing hydrographic and field surveys. Work may consist of, but not be limited to, topographic surveys, dredge material measurement and payment surveys, construction layout surveys, geodetic control (horizontal and vertical) surveys, surveys using all the different code and carrier phase Global Navigation Satellite Systems (GNSS) techniques, river/harbor project clearance, underwater hazard detection, aerial photo control surveys, field data processing and survey adjustments, location surveys, planimetric surveys, and boundary and cadastral surveys.�� Hydrographic surveys shall use totally automated systems with the capability of positioning by carrier phase GNSS techniques with specifications as defined by the individual task order. The A-E must have a back-up positioning system in the event that satellite transmission for GNSS positioning is interrupted or not available.� Work may be performed to support other Federal agencies. Potential offerors MUST register at www.sam.gov in order to receive notifications and/or changes to the solicitation. Be advised that all interest parties MUST be registered in the System for Award Management (SAM) Database, www.sam.gov in order to receive a contract award. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. This is a Pre-solicitation notice is for informational purposes only and is NOT a request for submission of offers. No other information is available until issuance of the SF 330 Request for Qualification posting to the beta.sam.gov website. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. A-E FIRMS ARE INSTRUCTED NOT TO CALL REQUESTING MORE INFORMATION. �III. CONTRACTING OFFICER INFORMATION: �US Army Corps of Engineers, St Louis District��� Attn: Angie Grimes / Contract Specialist | Email:�� angie.l.grimes@usace.army.mil RAY Federal Building St. Louis, MO 63103
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7421699e3804be497f6cfc5f3640cd0/view)
 
Place of Performance
Address: Saint Louis, MO 63103, USA
Zip Code: 63103
Country: USA
 
Record
SN05720155-F 20200716/200714230155 (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.