SOURCES SOUGHT
C -- PHOTOGRAMMETRIC AND LIDAR SURVEYING AND MAPPING
- Notice Date
- 12/5/2023 10:57:12 AM
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- PANNWD23P0000004641
- Response Due
- 1/11/2024 3:00:00 PM
- Archive Date
- 01/26/2024
- Point of Contact
- Kristel Flores, Julia Henry
- E-Mail Address
-
Kristel.M.Flores@usace.army.mil, julia.b.henry@usace.army.mil
(Kristel.M.Flores@usace.army.mil, julia.b.henry@usace.army.mil)
- Description
- This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is: �541370, Surveying and Mapping (except Geophysical) Services The related size standard is: $19 million Sources Sought Response Due � 11 January 2024 at 3:00 pm Pacific Time. Project Background. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to identify interest in a Photogrammetric and LiDAR Surveying and Mapping A-E Single Award Task Order Contract (SATOC). The Government expects the bulk of the Task Orders to be issued by USACE, Portland District (NWP); however, the Procurement Contracting Officer (PCO) may issue written authorization to other USACE Districts in Northwestern Division (NWD) to issue Task Orders under this contract.� The purpose of this indefinite delivery, indefinite quantity (IDIQ) SATOC is to provide all labor, management, facilities, supplies, equipment, and materials (other than those to be furnished by the Government as set forth in this contract or task orders (TOs) issued under this contract), as necessary to accomplish the required services. The Contractor shall plan, schedule, coordinate and ensure the full, effective, efficient, and economical performance of all services ordered under this contract. The Contractor shall provide adequate professional supervision and quality control to ensure the accuracy, quality, completeness, and timely progress of the work. Project Scope. This is primarily a photogrammetry services contract. Project sites include concrete and earth-fill dams, jetties, levees, floodways and riverbanks. Work under this contract can include, but are not limited to, any of the following: Manned fixed-wing aircraft aerial photography, photogrammetry (aerotriangulation, stereo compilation, orthophotography) and light detection and ranging (LiDAR) data collection of large project sites. Manned rotary-wing high density LiDAR data collection of smaller project sites. Utilizing Small Uncrewed Aircraft Systems (SUAS) for collection of aerial data.� Hydrographic and land surveying to support aerial missions, hydrologic analysis and full-structure mapping of infrastructure that include above and below water surface designs, such as coastal jetties. Computation, integration, and analysis of data collected by the methods listed above. Number and Type of Contracts: NWP contemplates awarding a Single Award Task Order Contract (SATOC). The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels. Project Specific Constraints and Challenges. Coordinating aerial acquisition and hydrosurveys with workable and safe tidal, weather, and sea-state conditions is very important to getting adequate coverage of our dynamic coastal features.� USACE will be helping facilitate the timing of these surveys, but the contractor must be aware of these challenges which may result in scheduling changes. Questions for Industry: Is there anything in our SOW that would discourage you from bidding? Is there anything in our SOW that would cause enhanced pricing uncertainty? Are there any market conditions or industry practices that you feel the government needs to be aware of? Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � PHOTOGRAMMETRIC AND LIDAR SURVEYING AND MAPPING. Please email to Andrea Smothers, Contracting Officer, at andrea.k.smothers@usace.army.mil and Contracting Specialists, Kristel Flores at kristel.m.flores@usace.army.mil and Julia Henry at julia.b.henry@usace.army.mil before 3:00 pm Pacific Standard time on 11 Jan 2024. Interested parties� responses to this Sources Sought shall be limited to six (6) pages and should include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. Firm's business category and size: �Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. A description of work performed under similar project constraints and challenges listed under paragraph 3. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), aerial photogrammetry and/or LiDAR project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS. Firm's Joint Venture information if applicable - existing and potential. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates.) Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. 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 capabilities 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. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract. Attachments: Draft Statement of Work
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/840dd4d61918409c9561641986213bfb/view)
- Place of Performance
- Address: OR, USA
- Country: USA
- Country: USA
- Record
- SN06903444-F 20231207/231205230052 (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 |