SOURCES SOUGHT
T -- Indefinite Delivery Architect-Engineer Services Contract for Hydrographic and Field Surveying and Related Services, USACE - Saint Louis District
- Notice Date
- 6/5/2014
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P914SDCW2
- Response Due
- 6/18/2014
- Archive Date
- 8/4/2014
- Point of Contact
- Debbie C. Warner, (314) 331-8527
- E-Mail Address
-
USACE District St. Louis
(debbie.c.warner@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. This announcement seeks information from industry on capability, qualifications, and availability of potential certified small business contractors approved under NAICS Code 541370 that are interested in proposing on an Indefinite Delivery/ Indefinite Quantity (IDIQ) contract for Architect and Engineering Services for the U.S. Army Corps of Engineers (USACE) - St Louis District (SLD) to provide hydrographic and field surveys and related services. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION /REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The official synopsis for a proposed contract action, citing the solicitation number, will be issued on Federal Business Opportunities (www.fbo.gov) and will provide information on what is to be submitted. The Government must ensure there is adequate competition among the potential pool of responsive contractors and the type of solicitation to be issued will depend upon the responses to the Sources Sought/Market Research. Award will be based on selection of the most highly qualified firm(s) in accordance with A-E Brooks Act procedures as implemented by FAR 36.6 and supplements thereto. The St Louis District anticipates and intends to award up to three (3) IDIQ contracts for five (5) years. The total contract capacity is estimated at $3M each up to $4.5M each. The estimated minimum task order amount is $3,000, the estimated average task order is $50,000 - $75,000, and the maximum task order amount will not exceed the contract amount. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541370. Small Business Size Standard for this acquisition is $14 Million average annual receipts over three years. Small Business firms are reminded FAR 52.219-14, Limitations on Subcontracting, requires at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. LOCATION OF SERVICES: Place of performance will be primarily within SLD and firms may be required to mobilize and commence work at the project sites in the SLD within twenty-four (24) hours. The Government may, at its discretion, award work in other geographical boundaries within the continental United States. Work may be performed to support other Federal agencies. DESCRIPTION OF SERVICES: The primary work under this contract will be hydrographic survey work which is to be performed in accordance with surveying procedures as outlined in U.S. Army Corps of Engineers Hydrographic Surveying Manual EM 1110-2-1003, dated 30 November 2013, and topographic survey work and mapping which is to be performed in accordance with surveying procedures as outlined in U.S. Army Corps of Engineers Control and Topographic Manual EM 1110-1-1005, dated 1 January 2007. To be rated as qualified, firms must have specialized experience in high resolution underwater mapping and scanning (hydrosurvey, bathymetric and hydrographic) and the ability to mobilize and commence work at the project sites in the Saint Louis District (SLD) within twenty-four (24) hours with a properly equipped survey vessel capable of being operated safely on the main stem of the Mississippi River in all weather conditions, river stages, and in accordance with surveying procedures as outlined in U.S. Army Corps of Engineers Hydrographic Surveying Manual EM 1110-2-1003, dated 30 November 2013 Typical services required will consist of hydrographic surveys using totally automated systems with the capability of position by use of Differential Global Positioning Systems (DGPS), real time kinematic (RTK), and/or virtual reference system (VRS), topographic surveys, dredge material measurement and payment surveys, high accuracy dam deformation monitoring surveys, construction layout surveys, geodetic control (horizontal and vertical) surveys, GPS/DGPS/VRS surveys, river/harbor project clearance, underwater hazard detection, aerial photo control surveys, field data processing and survey adjustments, location surveys, planimetric surveys, boundary and cadastral surveys, and terrestrial laser scanning, Prior Government contract work is not required for submitting a response under this sources sought synopsis. CONTENT: Your firm's response to this Sources Sought synopsis/Market Research request shall be limited to five (5) 8- X 11 inch pages, front and back, with a font no smaller than quote mark 10 quote mark in either Times New Roman or Courier New, 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 responding to the Sources Sought when it is issued. 3. Provide any information on your firm's technical abilities/capabilities, capacity, and ability to manage subcontractors to execute the services outlined in this announcement to include performance requiring professional licensed surveyors registered in the States of Missouri and Illinois. Specifically address your ability to mobilize and commence work at project sites in the Saint Louis District (SLD) within twenty-four (24) hours or less with the required vessel and equipment. Include a list of available equipment and the number of years of specific experience. 4. Any past performance/experience information on projects that were completed within the past five years or are at least 80% complete. The past experience information should include project title; location; general description of the project to demonstrate relevance to the required services; the firm's role in the project; dollar value of contract; timeliness of performance; customer satisfaction and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Provide at least three (3) examples and no more than five (5). All projects submitted must be performed as the Prime contractor. (Include past contracts with USACE, if applicable.) 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. Mail hard copy information package to Debbie Warner, Contract Specialist, Ray Federal Bldg, RM 4.207, 1222 Spruce Street, 63103-2833. Annotate on outside of package the Sources Sought Number of W912P9-14-S-DCW1. An electronic copy of the Sources Sought Information should e-mailed to Debbie.c.warner@usace.army.mil or a CD may be included with the mailed hard copies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/401f046ffdd0ff9b5dbb11f1958301a9)
- Place of Performance
- Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
- Zip Code: 63103-2833
- Zip Code: 63103-2833
- Record
- SN03386583-W 20140607/140605235014-401f046ffdd0ff9b5dbb11f1958301a9 (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 |