SOURCES SOUGHT
C -- Indefinite-Delivery A-E Services Contract (Geotechnical Engineering, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping and Land Parcel Mapping) NTE $9.9M for the Design of Misc Projects in the USACE Honolulu District AOR
- Notice Date
- 1/7/2025 11:58:56 AM
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- W2SN ENDIST HONOLULU FORT SHAFTER HI 96858-5440 USA
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-25-Z-0005
- Response Due
- 1/21/2025 4:00:00 PM
- Archive Date
- 02/05/2025
- Point of Contact
- BRETT WATANABE, Phone: 8088354045, Colin Waki, Phone: 8088354393
- E-Mail Address
-
brett.j.watanabe@usace.army.mil, COLIN.K.WAKI@USACE.ARMY.MIL
(brett.j.watanabe@usace.army.mil, COLIN.K.WAKI@USACE.ARMY.MIL)
- Description
- The US Army Corps of Engineers, Honolulu District is contemplating the award of an Indefinite-Delivery Architect-Engineer Services Contract (Geotechnical Engineering, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping and Land Parcel Mapping) for design of miscellaneous projects in the U.S. Army Corps of Engineers (USACE), Honolulu District (POH) Area of Responsibility (AOR). The IDC will consist of a base period of five (5) years with no option periods. The amount will not exceed a cumulative total of $9,900,000 for all contracts awarded under the solicitation, over the five (5) year period. Work is subject to the availability of funds. Each task order issued shall be firm-fixed price (as negotiated). Funding shall be cited on individual task orders. Only firm(s) considered highly qualified will be awarded a contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. Selection of A-E firm(s) is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Project Scope: The firm must have primary capability in either geotechnical engineering or land surveying. The firm and/or its consultants must have capability in disciplines that include geotechnical engineering, land surveying, environmental engineering, cost estimating, and specification writing. This includes design and engineering services for structure foundations, sub-grades for roadways, pavement design, soil improvements, site grading, retaining structures, embankments, dams, and soil erosion control. Land surveying work includes cadastral and land parcel mapping; topographic mapping; control surveys; and digital terrain modeling. Aerial photography, LiDAR, and hydrographic surveys may occasionally be required. Specific computer-aided drafting (CAD) equipment, format of CAD products, and compliance with A/E/C standards will be required. Metric system will be a requirement on selected projects. The Prime contractor must have capability in either geotechnical engineering or land surveying. Collectively as a team, the prime contractor and/or its sub-consultants must have capability in the following disciplines Geotechnical Engineering Engineering Geology Topographic Surveying Aerial (Photography/LiDAR) Surveying Orthophotography / Photogrammetry Cadastral Mapping Land Parcel Mapping Hydrographic Surveying Environmental Engineering Civil Engineering Cost Engineering BACKGROUND: Professional services are being procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, as required for design support primarily for projects within the POH AOR. Work primarily includes but is not limited to a range of minor to major repair, modification, rehabilitation, alternatives and new construction projects primarily in support of the Department of Defense and associated Agencies. The work and type of services will consist primarily of preparation of design analyses and reports; facility condition studies; plans and specifications for the site designs of predominantly vertical construction projects; horizontal construction projects may also be in the variety of work assigned. All design and other engineering-related services must be performed by or under the direct supervision of licensed professional Engineers. Response Information: Only interested PRIME Architect-Engineers should submit a narrative demonstrating experience in the project scope. Please indicate if the firm is a small business contractor or a contractor that qualifies under a Small Business Program (i.e. 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, Women-Owned Small Business). SIZE STANDARD. The North American Industrial Classification Code (NAICS) for this procurement is 541370. This announcement is open to all businesses regardless of size. Information is limited to 5 single sided pages. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note it is required that interested contractors be registered in System for Award Management (SAM). Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. Information shall be submitted electronically to Brett Watanabe at brett.j.watanabe@usace.army.mil and Colin Waki at colin.k.waki@usace.army.mil by January 21, 2025, 2:00 p.m. Hawaii Standard Time. PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5f32967f284347eca4e7fddf6312d5dc/view)
- Place of Performance
- Address: Fort Shafter, HI 96858, USA
- Zip Code: 96858
- Country: USA
- Zip Code: 96858
- Record
- SN07307340-F 20250109/250107230115 (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 |