SOURCES SOUGHT
C -- SOURCES SOUGHT FOR DEVELOPMENT OF A GEOSPATIAL DATA MANAGEMENT SYSTEM
- Notice Date
- 6/20/2014
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- W91237-14-R-SS11
- Response Due
- 7/3/2014
- Archive Date
- 8/19/2014
- Point of Contact
- Matthew Wilson, 304-399-5297
- E-Mail Address
-
USACE District, Huntington
(matthew.c.wilson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT notice to gain knowledge of potential qualified businesses as well as Market Research to determine the availability of small business firms for a potential small business category set-aside contract. This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do NOT request a copy of a solicitation. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The purpose of this announcement is to gain knowledge of potential qualified small business sources to include small business in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned to develop a geospatial data management system. The capabilities will be evaluated solely for the purpose of determining to set-aside for the small business community or to conduct as an other than small business procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate small business interest, however, preference will be given to the small business categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 541370, which has a size standard of $14.0 million in average annual receipts. The contractor must be able to demonstrate through professional registration, firm and personnel resumes, executed example projects, and supporting customer feedback, the ability to provide the following services: A.2D and 3D Model 1.Creation of 3D models from LiDAR point cloud data and survey data 2.Creation of 3D models as well as plan (typical map views using an appropriate geographic coordinate system) and profile/section cut (that illustrate features in the subsurface with one of the coordinates defined as elevation ) models utilizing ESRI ArcGIS, Autodesk.dwg, and Microstation.dgn 3.Application feature attributes to models with spatially referenced data with relevant datum, coordinates, geographic projections and metadata B.Geospatial Data Management System 1.Creation of Geospatial Data Management Systems that include system schemas and workflow diagrams describing data sources, storage, and access methods 2.Creation and use of linked database systems using SQL Enterprise Databases 3.Use and integration of Bentley gINT borehole database with GIS systems 4.Use and integration of URS WinIDP (or proposed alternate) Instrumentation database with GIS systems 5.Creation of various user access sites including web based access to GIS map products produced for simplified access as well as complete desktop access using non-locked full scale GIS map documents, geodatabases and shapefiles. 6.Creation of multi-level access for users (i.e. read, write, delete access based on user rights assigned) 7.Creation of an automated method to update GIS model with future additions and changes C.Professional Qualified Staff and Specialized Experience 1.Understanding of government firewall and security restrictions as related to software, database systems, file transfers, and system access 2.Examples of cost control, quality of work, and compliance with performance schedules 3.Engineering staff familiar with components of embankment and concrete dam structure foundations, construction, and monitoring 4.GIS system design personnel familiar with projects similar in nature 5.Capacity to complete the work in the required time The following requests are designed to apprise the US Army Corps of Engineers, Huntington District, of any prospective contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 15 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity based on the typical tasks listed above. Also provide comparable work performed within the past 5 years. Describe your self-performed effort, brief description of the project, customer name with point of contact information (email/phone), contract number, and timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples. Offeror's must address their capability to perform the tasks listed above. Offeror's who do not provide information demonstrating their capability to perform a specific task(s) will be determined as not possessing the ability to perform that specific task(s). 4) Offeror's type of small business (Small Business, Small Disadvantaged Business, Woman-Owned, HUBZone, or Service-Disabled Veteran-Owned. 5) Offeror's Joint Venture information if applicable - existing and potential (This information will not count against the page limitation). The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capability Statements is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among small business concerns in general, or one of the small business subcategories. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should provide a response by close of business, July 3, 2014. Submit your response to Matthew Wilson via email at matthew.c.wilson@usace.army.mil, or via fax: (304) 399-5281. Electronic submissions via email are preferred.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-14-R-SS11/listing.html)
- Place of Performance
- Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Zip Code: 25701-2070
- Record
- SN03402313-W 20140622/140620235859-3ffbf458273684b81a3bfcff2ae07a74 (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 |