Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2025 SAM #8450
SOURCES SOUGHT

99 -- SOURCES SOUGHT NOTICE Topographic and Hydrographic Survey Services IDIQ for USACE-Norfolk, VA

Notice Date
1/13/2025 6:18:33 AM
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-25-R-13KM
 
Response Due
1/27/2025 12:00:00 PM
 
Archive Date
02/11/2025
 
Point of Contact
Jonathan Chae, Stormie Wicks
 
E-Mail Address
jonathan.j.chae2@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL
(jonathan.j.chae2@usace.army.mil, STORMIE.B.WICKS@USACE.ARMY.MIL)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Norfolk District, U.S. Army Corps of Engineers, is anticipating a future procurement for a Firm, Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Contract, for topographic and hydrographic surveying of navigation channels in various areas around the District�s area of operations to include the Chesapeake Bay, the Eastern Shore of Virginia, several river basins within Virginia, and portions of northeast North Carolina. Description of Work: The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing hydrographic surveying of navigation channels withing USACE Norfolk Districts Area of Operations. In addition, this contract requires topographic, geodetic, and property surveys in support of these federal navigation projects. The following is the general description of the survey contemplated to be performed under the anticipated IDC: NOTE Final deliverables need to be compatible with HYPACK. 1. Locate all benchmarks provided and create recovery notes for each benchmark using either the provided benchmark recovery form or a similar form used by the contractor. 2. Provide topo quality XY coordinates on each recovered mark. 3. Level through all found benchmarks initiating on the Online Positioning User Service (OPUS) benchmark. Level notes shall follow the established USACE supplied format. Set and or check any existing gauges by conventional leveling and verify and record Real-Time Kinematic (RTK) result as a confidence check. 4. Survey all areas of channel and extension to create 100% coverage of the bottom in the defined area when performing a multibeam survey 5. The supplied survey lines shall extend as noted in each projects plan and line files. Any area that cannot be survey due to shallow depth of water, the distance of 3 times of the project depth outside of the toes of the channel shall be required by any means necessary to acquire the depth. 6. Reduce soundings by RTK and Post-Processed Kinematic (PPK) to tidal datum and display soundings to 0.1� significant figures. 7. Locate all navigation aids for each project using an RTK system and label nav aids per format provided and shall be in a Hydrographic Software Package target file. 8. Keep a field corrector sheet of all survey cross section for each project 9. Keep each project and associated information individual to itself. Include metadata files for each data set. Government will supply the metadata generator tool. 10. Process all data for correction to required horizontal and vertical datum, include the required multibeam cutout cross sections in the final processed Multibeam Cutout (MBCO) data files using the supplied Hydrographic Software Package line file. 11. PLS Licensing will be required and Certified Hydrographer (THSOA) certification is recommended. Sources are sought for all interested firms with a NAICS code of 541370 with a small business size standard of $19,000,000.00. Suggestions for applicable NAICS codes beyond 541370 are welcome. Please feel free to submit any recommendations for consideration with explanation of why the suggested alternate NAICS is appropriate SURVEY OF THE IDIQ TOPOGRAPHIC & HYDROGRAPHIC SURVEY The following confidential survey questionnaire is designed to apprise the Corps of prospective contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the hydrographic surveying of navigation channels in various areas around the District�s area of operations, to include the Chesapeake Bay, the Eastern Shore of Virginia, and several river basins within Virginia and portions of northeast North Carolina. Please provide company�s name, address, point of contact, phone number, and e-mail address. Would industry be receptive to an IDIQ contract for routine topographic and hydrographic surveying services without Engineering design services? Is the requirement better suited for an Architect & Engineering (A&E) Contract or a Services Contract? Have you worked on topographic & hydrographic survey jobs similar in nature, within the past 5 years? If so, please describe the work and for whom the work was performed. Indicate the dollar value. Identify a point of contact (s) and phone number, as a reference of relevant experience. What types of topographic & hydrographic surveying techniques are you most experienced with, and how do you ensure accuracy in challenging aquatic environments? Are you familiar with the safety and health requirements of EM 385-1-1? Would you be submitting a proposal as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Would you be interested in submitting a proposal on the solicitation when it is issued? If the answer is No, please explain why not? This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issues a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request. No solicitation is currently available. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned). The responses to this Sources Sought must be submitted no later than 3 PM EST 27 JANUARY 2025 via email to CPT Jonathan J. Chae at Jonathan.J.Chae2@usace.army.mil cc�d Stormie Wicks at Stormie.B.Wicks@usace.army.mil. The official synopsis citing the solicitation number will be issued on SAM.gov, https://sam.gov/content/home All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c1925c194dce48c08f18b4ac1714c9f5/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN07311502-F 20250115/250113230102 (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.