Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2020 SAM #6953
SOURCES SOUGHT

C -- Hydrographic Mapping and Surveying Services SATOC

Notice Date
12/10/2020 10:35:40 AM
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N21R0012
 
Response Due
12/30/2020 2:00:00 PM
 
Archive Date
01/14/2021
 
Point of Contact
Jordan M. Quantock, Harron Elloso
 
E-Mail Address
Jordan.m.quantock@usace.army.mil, Harron.E.Elloso@usace.army.mil
(Jordan.m.quantock@usace.army.mil, Harron.E.Elloso@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis: 1. General. This is a SOURCES SOUGHT and is for informational/market research purpose only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information: The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to identify interest in a Hydrographic Mapping and Surveying Services, A-E Single Award Task Order Contract (SATOC). This Indefinite Delivery Indefinite Quantity (IDIQ) contract will be procured in accordance with the Brooks Act and implemented in FAR Subpart 36.6. The official synopsis for a proposed contract action will be posted on Beta.SAM and will provide information on what is to be submitted. CENWP is conducting market research for an anticipated A-E service and intends to award one (1) IDIQ contract with a five-year ordering period. The proposed project will be a competitive firm-fixed price contract with a contract capacity estimated at $6,000,000.00. The estimated minimum task order amount is $5,000 and the estimated maximum task order amount will not exceed the contract amount. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Source Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry. 3. Project Description. Typical services under this Contract include hydrographic mapping, hydrosurvey, geodetic control, and other surveying or mapping services under the direction and supervision of a Certified Hydrographer or Hydrographic Surveyor such as: Single transducer Hydrographic Surveys utilizing high and low frequency depth recorders All modes of GPS which shall include VRS network, static and RTK procedures. Multi-Beam Surveys. Side scan sonar surveys. Sub-bottom profiling. Sub bottom probing and surficial sampling, testing and analysis. Magnetometer surveys. Environmental monitoring and wetlands restoration investigations and studies. Wreck, underwater obstruction, and underwater structure/facility investigations and inspections. Investigations using ROV�s for tidal or inland waters. High resolution imaging sonar surveys. Jetty/groin surveys. Topo surveys to augment hydro surveys. Overbank surveys. Vessel mounted Laser Scanning surveys for the collection of Shoreline Data. Dredge disposal monitoring control.� Other.� Accomplish incidental services to meet requirements. . Land Survey.� Provide land surveying services under the direction and supervision of a Land Surveyor licensed in the state which the work is located.� Digital Survey.� Be capable of computerized Hydrosurvey, geodetic and other related surveying capabilities. Flood Risk Management.� Provide a mix of survey services for levee, dam, floodwall, channel modifications, stream-bank stabilization projects, and other features that manage flood risk not directly linked to project-sites or installations. Coastal, Rivers, and Harbors.� Provide a mix of survey services for coastal, rivers, and harbors features: jetties, breakwaters, groins, navigation channels, piers, docks, wharves, mooring structures, small boat basins, river training structures, and anchorage. Ecosystem Restoration.� Provide a mix of survey services for ecosystem restoration projects including: wetland restoration, stream and river riparian restoration, and stream and river aquatic restoration. Topographic, Photogrammetry, and LiDAR Surveying. CADD, GIS, and Building Information Management (BIM) capability including modeling. Cartography. Additional information can be found in the included DRAFT Statement of Work Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company�s ability to perform this requirement when making procurement decisions North American Industrial Classification Code (NAICS): 541370, Surveying and Mapping; Size Standard: $16.5M; Federal Service Code (FSC): C219 (Architect and Engineering: Other) Point of Contact for small business questions or assistance in the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.McIntyre@usace.army.mil. 4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: W9127N21R0012, Hydrographic Mapping and Surveying Services. Please send to Jordan Quantock, Contract Specialist, at Jordan.m.quantock@usace.army.mil by 2:00pm Pacific Standard Time 30 December 2020. A firm�s response to this Sources Sought shall be limited to 10 pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. Provide a minimum of one project similar in size, scope and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS. 5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/88ec0ac9d31348a09d90bfa23a31d163/view)
 
Record
SN05871598-F 20201212/201210230144 (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.