Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
SOURCES SOUGHT

T -- Indefinite Delivery Architect-Engineer Services Contract for Photogrammetric Mapping, LiDAR, 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
W912P9-14-S-DCW1
 
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 Photogrammetric Mapping, LiDAR, and related services. 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. A SOLICITATION IS NOT 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. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The St Louis District anticipates and intends to award up to ten (10) IDIQ contracts for five (5) years. The total contract capacity is estimated at $12.5M each. The estimated minimum task order amount is $10,000 and the maximum task order amount will not exceed the contract amount. It is anticipated some task order will exceed $4M. 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 for areas CONUS and OCONUS. The contractor should anticipate requirements to perform services at federal/military projects throughout the world. DESCRIPTION OF SERVICES: The primary work under this contract will be photogrammetric mapping, aerial LiDAR and related services to support the civil works, military, and international and interagency support missions of USACE, St. Louis District, involving the planning, designing, constructing, operating, maintaining, and managing of real property and lands. The services will consist of performing and/or producing aerial photogrammetric and LiDAR surveys, ground control, analytical aero-triangulation, geo-rectification, ortho-rectification, pan-sharpening, tiling, mosaicing, digital elevation model/digital terrain model(DEM/DTM) data, collection and manipulation of photogrammetric mapping, aerial photography, GIS mapping, remote sensing, large and small-scale topographic maps, planimetrics compilation and contouring, geo-database development, maintenance and support and landuse/landcover analysis and mapping, satellite imagery, and other geospatial processes. The firm's team must have a Certified Photogrammetrist or a Professional Licensed Surveyor. The potential exists that some requested services will include data classified up to SECRET; therefore, PRIOR TO AWARD, the Architect-Engineer shall demonstrate the ability to achieve interim SECRET clearance for facilities, equipment, and personnel involved in the required services. A SECRET CLEARANCE IS NOT REQUIRED WITH THIS SUBMISSION. 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. Specifically address your ability to manage multiple task orders simultaneously and individual task orders up to $4M. Include a list of available equipment including a description of the type of aircraft available, digital imagery/mapping and LIDAR sensors 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/f44e681a5830f36ad131ea87a26eb101)
 
Place of Performance
Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
 
Record
SN03386595-W 20140607/140605235021-f44e681a5830f36ad131ea87a26eb101 (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.