Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
MODIFICATION

C -- Airfield Obstruction Survey, Ft Belvoir, VA

Notice Date
12/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-12-S-M006
 
Response Due
12/16/2011
 
Archive Date
2/14/2012
 
Point of Contact
Theresa M. Afrank, 402-995-2039
 
E-Mail Address
USACE District, Omaha
(theresa.m.afrank@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS for the U.S. Army Corps of Engineers, Omaha District. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS OR AN INVITATION FOR BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Magnitude of project is between $25,000 and $100,000. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include but not limited to; Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women Owned Small Business (WOSB) to compete and perform a Firm Fixed Price Contract. Project Information: The project is located at Fort Belvoir, VA. The US Government is seeking qualified, experienced sources capable of conducting an Airfield Obstruction Survey (AOS) for an IFR fixed wing aircraft runway and a VFR rotary wing runway along with a compass calibration pad (CCP) recalibration survey which will meet both FAA re-certification and US Army Aeronautical Service Agency (USAASA) requirements. The AOS shall be conducted as a field survey only, NOT employing aerial photogrammetric or LiDAR based methods. The AOS shall be completed in accordance with FAA AC 150/5300-18B AND using the army standards for obstruction identification surfaces and analysis methods as specified in the UFC 3-260-1. The compass calibration survey shall be conducted in accordance with one of the methods specified in UFC 3-260-1 Section 10. Prospective survey firms must be capable of providing all resources for successful completion of the Airfield Obstruction Survey required per contract documents and technical specifications. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541330. Small Business Size Standard for this acquisition is $4.5 Million. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: GENERAL INFORMATION (1) Offerors name, address, point of contact, phone number, and e-mail address; (2) Offerors CAGE and DUNS; (3) Offerors Business Size and type of small business in relation to NAICS Code 541330 (whether Other Than Small Business, HUBZone, Service Disabled Veteran Owned Small Business, 8(a), Women Owned Small Business or Small Business; PAST PERFORMANCE INFORMATION (4) Offerors capability to perform work: Provide three examples of obstruction surveys completed at military airfields within the last five years using field survey methods and conducted in accordance with the military airfield requirements specified within the UFC 3-260-1 and meeting FAA AC 150/5300-18b collection and submission requirements for FAA re-certification. AOS projects conducted using photogrammetric or LiDAR based methods will NOT be evaluated. Include two examples projects for compass calibration pad (CCP) recalibration surveys with at least one example in which the magnetic north was reset. Include brief description of the project, offeror's role as a prime contractor or subcontractor, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. For obstruction projects, include the date that the FAA geodatabase was submitted to the FAA for re-certification of the airfield and the status of the submission. For CCP projects, specify which UFC 3-260-1 method that was used to determine magnetic soundness and which method was used to evaluate magnetic north.; (6) Offerors Joint Venture information if applicable; and (7) Utilization of Small Business Participation. Interested Offerors shall respond to this Sources Sought Synopsis no later than 2:00 PM (CST) 16 December 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email your response to Theresa Afrank, Contract Specialist at Theresa.M.Afrank@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-12-S-M006/listing.html)
 
Place of Performance
Address: Ft Belvoir Ft Belvoir Ft Belvoir VA
Zip Code: 22060
 
Record
SN02636810-W 20111211/111209234239-e7abffd2ec2509b095fb20822e6b60ec (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.