MODIFICATION
C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR SURVEYING, MAPPING, AND RELATED SERVICES, SOUTHWESTERN DIVISION, FORT WORTH DISTRICT
- Notice Date
- 2/13/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G12R0048
- Response Due
- 2/27/2012
- Archive Date
- 4/27/2012
- Point of Contact
- Crystal D. Labrecque, 817-886-1056
- E-Mail Address
-
USACE District, Fort Worth
(crystal.labrecque@.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is Amendment 0002 to the SOURCES SOUGHT SYNOPSIS No. W9126G-12-R-0048 This announcement seeks information from industry to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. Amendment 0002 Changes: The Small Business Size Standard for NAICS 541370 will increase from $4.5 Million to $14 Million effective March 12, 2012. Respondents are hereby requested to state in their response whether or not they will be considered a small business under the new small business size standard of $14 Million. The U. S. Army Corps of Engineer, Fort Worth District has been asked to solicit for and award a contract(s) for surveying, mapping, and related services. Proposed projects will be competitive Indefinite Delivery/Indefinite Quantity type contracts. Task Orders awarded against the proposed contracts will be firm-fixed price. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. No reimbursement will be made for any cost associated with providing information in response to this synopsis or any follow up information requests. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, namely 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 Economically Disadvantaged Women-Owned Small Business (EDWOSB. The Government must ensure there is adequate competition among the potential pool of responsive contractors. LOCATION OF SERVICES: The geographic area covered by the proposed contracts are within the Southwestern Division (SWD) and its surrounding areas which consist of Arkansas, Kansas, Louisiana, New Mexico, Oklahoma, and Texas. Projects are primarily located in and around Texas and its bordering states, Louisiana, Arkansas, Oklahoma, and New Mexico. It is anticipated that there will be multiple pools such as Unrestricted and authorized set asides. All contractors are highly encouraged to participate. DESCRIPTION OF SERVICES: Prospective A/E firms must be capable of providing surveying, mapping and related services to support the U. S. Army Corps of Engineers civil works, military, and International and Interagency Support missions involving the planning, designing, constructing, operating, maintaining, and managing of real property and lands. Services to be provided but not limited to include: satellite imagery including geo-rectification, ortho-rectification, pan-sharpening, tiling, mosaicing, and other processes, aerial photogrammetric and LiDAR surveys including a description of the type of aircraft available including navigation, photo control, and digital mapping camera, performing, utilizing, and/or producing analytical aero-traingulation, georectification, stereoplotter instrumentation, digital elevation model and digital terrain mode data collection and manipulation, and developing planimetrics and contours, collecting survey data: establishing vertical and horizontal controls; topography (including planimetrics, bathymetric, cross-section, inverts, storm and sewer drains, bridges, weirs, construction layout), and subsurface utilities, using electronic total station with data collector and survey-grade GPS equipment capable of sub centimeter measurement accuracy, ability to reproduce and deliver survey and mapping precuts (hardcopy and digital), 2D and 3D digital data using the following georeferenced file types: Microstation v8.3, AutoCADD, ESRI v10.x (or later version), USGS raster formats, geotiff, and Mr. SID, conducting real estate surveys including monumentation, locating deeds of current tract/parcel owners, plat submittals and recordation, and metes and bounds descriptions, secure engineering services for conducting surveys on electrical and communication equipment including poles, guy wires, transformers, pullboxes, handholes, manholes, ducts entering manholes, cables, and appurtenant features, and the ability for building and maintaining geospatial databases in MS SQL and Oracle; developing and implementing geoprocessing scripts using Python, Java, VB, Secure Socket Laser, VB.NET, C#(2005), Visual Basic, and AML; analyzing, displaying and disseminating geospatial data using ArcGIS v9.3 on either a desktop- or web-based platform; CADD / GIS inter-operability; and developing, implementing, and maintaining web-pages and portals. The firm's team must have a professional licensed surveyor registered in the State of Texas and preferably an additional Professional Licensed Surveyor in a bordering state. The estimated duration of the contracts is a three year base plus two options years from date of award. The total contract capacity will not exceed $10,000,000.00 per contract with up to 4 contracts for a total capacity of $40,000,000.00. The estimated minimum size of a task order is $20,000. The estimated maximum size of a task order is $1,000,000.00. The average size task order is $185,000.00. Firms must have the capacity to perform up to three task orders simultaneously. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541370. The Small Business Size Standard for this acquisition is currently $4.5 Million but the Small Business Administration has determined that the Small Business Size Standard will increase to $14 Million effective March 12, 2012. Respondents are hereby requested to state in their response whether or not they will be considered a small business under the small business size standard of $14 Million. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on selection of the most highly qualified firm in accordance with A-E Brooks Act procedures in accordance with FAR 36.6. Anticipated solicitation issuance date is on or about 5 May 2012. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities at www.fbo.gov and invite firms to register electronically to receive a copy of the solicitation when it is issued. Responses to this synopsis shall be limited to 5 pages and shall include the following information: 1.Firm's name, address, point of contact, phone number, and e-mail address. 2.Firm's interest in submitting on the solicitation when it is issued. 3.Firm's capability to perform a contract in the geographical boundaries, magnitude and complexity (include past performance capability to execute the services outlined in this announcement, to include performance requiring professional licensed surveyors registered in the State of Texas and in one or more bordering states). 4.Provide work performance within the past 5 years, a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project). Provide at least 3 examples. 5.Firm's small business category and Business Size (Small Business, Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB). 6.Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable. Interested firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. (CST) 17 February 2012. All interested firms must be registered in Central Contracting Registration (CCR) to be eligible for award of a government contract. Email, mail, or fax your response to Crystal D. Labrecque and Elizabeth Crawford. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THE SYNOPSIS. Email: Crystal.Labrecque@usace.army.mil; Elizabeth.A.Crawford@usace.army.mil Fax: (817) 886-6403, Attn: Crystal Labrecque and Elizabeth Crawford Mail: U. S. Army Corps of Engineers, Fort Worth District, Attn: Crystal Labrecque & Elizabeth Crawford, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G12R0048/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02673859-W 20120215/120213235239-42dbc227ad63641c3cfeb891c55e753a (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 |