SOURCES SOUGHT
R -- Survey, Mapping --Engineering Services (Brooks Act) - Market Research Survey
- Notice Date
- 11/6/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
- ZIP Code
- 80225-0287
- Solicitation Number
- P15PS00070
- Archive Date
- 2/28/2016
- Point of Contact
- Jacqueline Carter, Phone: 303-969-2866
- E-Mail Address
-
jacqueline_carter@nps.gov
(jacqueline_carter@nps.gov)
- Small Business Set-Aside
- N/A
- Description
- (1) Example of Completed Questionnaire, (2) Blank Questionnaire, (3) Historical Data PDF Document Market Research Survey Excel Spreadsheet THIS IS A REQUEST FOR INFORMATION/SOURCES SOUGHT: The Department of Interior, National Park Service, Intermountain Region Office (NPS/IMR) in Denver, Colorado, anticipates the reacquisition of a Brooks Act, professional services requirement for Survey and Mapping Services. Survey and Mapping Services are mainly to be performed in the States of Arizona, Colorado, New Mexico, Utah, Wyoming, Montana, Texas, and Oklahoma. The work will principally be for surveys for predesign topographic mapping needed in support of the engineering, design, and development of future construction improvement projects. Survey activities will generally consist of the following types of preliminary surveys: control traverses, topographic, planimetric, hydrological, cadastral, GPS control, subsurface utility research and mapping and aerial and ground control. The work may also consist of construction stakeout surveys. Preliminary site surveys typically range from 1 to 20 acres in size, and utility and road surveys are usually less than 4 miles in length. All work will generally be associated with Federal and locally owned roads on, or leading to, Federal land. All work will be guided by a statement of work for each task order plus NPS policies and directives. The Government does not intend to award a contract on the basis of this request for information (RFI) or to otherwise pay for the information solicited. Your response will be treated as information only. It will not be used as a proposal. This request for information is issued for the purpose of market research, to assist in the development of the acquisition package(s), acquisition strategy and an interested vendors list. For instance, ensuring the expectation of at least three proposals (ref: FAR 19.203(b), 19.502-2, and 36.602-3). INFORMATION REQUESTED: The questionnaire asks the following: (0) General Firm Information: (a) Firm's Name, (b) DUNS, (c) Business Size, (d) Point of Contact Information (i.e. name, phone), (e) Socio-economic, (f) Audit Date (i.e. DCAA etc.); (1) Professional Land Surveyor, by State; (2) Other Disciplines, by State;(3) Additional Comments, if any; and (4) Project Interest: (a) Would you like to receive an email when posted, (b) email address, (c) your firms interest on a scale from 1-10. NOTE: The current anticipated award strategy is possibly small business, a single award, Indefinite Deliver Indefinite Quantity type contract with a possible minimum guarantee of $5,000.00, not to exceed $700,000.00 (not guaranteed), a base year and 4 options. This is tentative and is subject to change. (Reference the attached Excel Document. Please re-submit as a.pdf and editable Excel copy) The RFI response date is 21 November 2014, 5:00 PM MT to the NPS/IMR point of contact, Jacqueline Carter, Contracting Officer, e-mail jacqueline_carter@nps.gov, phone: 303-969-2866 mail: National Park Service/Intermountain Regional Office, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225-0287. If a solicitation(s) results from the Government's needs; the synopsis, to include all attachments (i.e. SF 330), will be made available on or around March 2015. The anticipated targeted award date would be August 2015. These announcements will only be available electronically through www.fedbizopps.gov or fedconnect.net. Interested contractors must be registered in the System for Award Management (SAM), which is located at https://www.sam.gov 3 Enclosures and 1 Attachment: (1) Example of Completed Questionnaire, (2) Blank Questionnaire, (3) Historical Data, (4) Editable Copy of the Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS00070/listing.html)
- Place of Performance
- Address: National Park Service - Intermountain Region, Work will mainly be in CO, UT, WY, MT, AZ, TX, NM,OK, United States
- Record
- SN03567896-W 20141108/141106234314-8e84d404b8bb80d389ebbab6e8440660 (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 |