SOURCES SOUGHT
R -- Architect-Engineer (A-E) Indefinite Delivery Contract (IDC) Multiple Award Task Order Contract (MATOC), in support of the Fort Worth District (SWF) Surveying & Geospatial Functions
- Notice Date
- 6/11/2024 2:39:57 PM
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G24R10FE
- Response Due
- 7/15/2024 8:00:00 AM
- Archive Date
- 07/30/2024
- Point of Contact
- Lindsay Chvilicek, Phone: 817-408-5319
- E-Mail Address
-
lindsay.m.chvilicek@usace.army.mil
(lindsay.m.chvilicek@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a SOURCES SOUGHT notice; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE.� No reimbursement will be made for any costs associated with providing information or industry response to this notice or any follow up information requests.� Not responding to this notice does not preclude participation in any future procurement.� If a solicitation is released, it will be synopsized in the System for Award Management (SAM).� It is the responsibility of potential offerors to monitor SAM for additional information pertaining to this requirement. The acquisition strategy will be determined based on responses received from this notice and/or other market research methods.� The planned acquisition strategy will be posted in SAM upon completion of market research analysis.� The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).� All are highly encouraged to respond.� The U.S. Army Corps of Engineers � Fort Worth District has been tasked to solicit for and award for an A-E MATOC in support of Surveying & Geospatial Functions. Anticipated project will be a competitive, firm-fixed price, Multiple Award Task Order contract (MATOC) procured in accordance with FAR 15, Negotiated Procurement using �Best Value� trade-off process. The Government is seeking experienced firms for the following scope of work: Boundary surveys, Cadastral Surveys, Riparian Surveys, Littoral Surveys, retracement surveys, Topographic Surveys, Hydrographic Surveys, Structural Behavior Measurements, and control surveys. Minimum experience requirements: Collectively as a team, there must be a member licensed as a Land Surveyor in each of the states that are in the Southwestern Division with experience on Large Boundary and Topographic surveying projects.(Texas, New Mexico, Louisiana, Oklahoma, Arkansas, Missouri, and Kansas). These projects can be challenging because of the schedule. There may be remote locations with limited communication options. Each field crew shall be equipped with GPS, one rover for each crew member, and radios capable of transmitting and receiving RTK Differential corrections.� The crew will also need a Total Station with an angular accuracy of 3� and a distance accuracy of 1mm +- 1 ppm, a 3rd ordered digital level with rods, and the normal cutting, digging and monumenting hand tools. The contract period of performance is for a five year base ordering period with no option years, for a total of five years maximum. The total contract capacity will not exceed $90M.� The estimated minimum size of a task order is $10,000.� The estimated maximum size of a task order is $2,000,000 with an average size task order of $100,000.� Firms may, however, agree to accept requirements outside these parameters.� Firms must have ability to perform up to 3 task order(s) simultaneously. The North American Industry Classification System code for this procurement is 541370 which has a small business size standard of $19M.� The Product Service Code is R404. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting. Firm will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and�supplies, the 50 percent limitation�shall�apply only to the service portion of the contract. Prior Government contract work is not required for submitting a response to this notice.� However, respondents are reminded that they must follow the USACE Safety and Health Requirements Manual (EM 385-1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance within Quarter 1 Fiscal Year 2025 and the estimated proposal will be required within Quarter 1 Fiscal Year 2025.� The official notice citing the solicitation number will be issued in SAM and firms are to register electronically to receive a copy of the solicitation when it is issued. Firms must utilize the attached questionnaire to submit their response to this notice. This announcement and all information will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment and Offerors must be active in SAM to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM that include FAR 52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. Award cannot be issues for non-compliance until SAM Registration is complete, otherwise offerors will not be eligible for award. The Supplier Performance Risk System (SPRS) is the Department of Defense, single, authorized application to retrieve supplier performance information. SPRS is a web-enabled enterprise application that gathers, processes, and displays data about the performance of suppliers and must be completed prior to an award in accordance with DFARS 204.7303(b)(1), DFARS 204.7304(e), DFARS 252.204-7020, DoDI 5000.79.� Review NIST SP 800-171 for further information. Interested Firms shall respond to this Notice no later 1000 Central Daylight time on 15 July 2024.� Email your response to Lindsay Chvilicek at lindsay.m.chvilicek@usace.army.mil. EMAIL IS THE ONLY ACCEPTED METHOD FOR RECEIVING RESPONSES TO THIS NOTICE. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/82b33d9ef3d84827b305f5c5197d8d92/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07093862-F 20240613/240611230132 (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 |