Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2015 FBO #4787
SOURCES SOUGHT

C -- Sources Sought - Indefinite Delivery Contract for Architect and Engineering (A-E) Services for Remote Sensing, Surveying, and Mapping Services to support the Jacksonville District and USACE

Notice Date
12/31/2014
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-15-Z-0004
 
Response Due
1/29/2015
 
Archive Date
3/1/2015
 
Point of Contact
Remi Eggers, 904-232-1139
 
E-Mail Address
USACE District, Jacksonville
(remi.j.eggers@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service Disabled Veteran owned, and Economically Disadvantaged Women(EDWOSB) owned Small Business firms. This is not a Request for Proposal and will be used to identify Small Business firms for the purpose of determining how the solicitation will be advertised. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Jacksonville District of the US Army Corps of Engineers is planning work that will consist of remote sensing, CADD/GIS mapping services, and topographic, geodetic, property/boundary, and hydrographic surveying to support planning, engineering design, construction, operations, and maintenance of civil works projects. Some of the services are of the following types: topographic and hydrographic LIDAR; collection of aerial imagery for large and small photogrammetric mapping utilizing digital aerial cameras; orthophoto generation; multi/hyper spectral imagery; land cover mapping, CADD/GIS; construction layout and alignment surveys; real estate boundary; tidal surveys; beach profiles; horizontal and vertical geodetic control surveys; ground penetrating radar and vacuum excavation for utility location; ground based laser scanning; near-shore and offshore hydrographic surveys; seabed classification; side scan sonar; sub-bottom profiling; acoustic Doppler current profiling; magnetometry. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Jacksonville District area of responsibility. The Jacksonville District's area of responsibility includes Florida, the Commonwealth of Puerto Rico and the Antilles. Secondarily, the contract may be used to provide services outside of the geographic boundaries of the Jacksonville District. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. The anticipated contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for three additional years; not to exceed a total of four years. Maximum order limit is anticipated to be $4,500,000 for the life of the contract, including options. Responses to this announcement shall include: Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work. Project summaries should document breadth and depth of expertise as well as the magnitude of the projects completed. Past performance/experience on IDIQ contracts of similar scope, describing no more than five (5) IDIQ contracts complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the A-E Services to demonstrate relevance to the proposed project, the Offerors' role, dollar value of contract, 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). Submittals are due no later than January 29, 2015, 4:00PM EST. Submittals will not be returned. Responses to this sources sought may be sent via email to Remi Eggers at remi.j.eggers@usace.army.mil. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. You must be registered in the System for Award Management (SAM.GOV) in order to be eligible to receive an award from any Government solicitation. Information regarding registration in SAM can be found at https://www.acquisition.gov. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 541370. The small business size standard is $15,000,000. Contracting Office Address: USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019 Point of Contact(s): Mr. Remi Eggers Contract Specialist, 904-232-1139
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-15-Z-0004/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN03607317-W 20150102/141231234055-e6dcbf93d6eee96d2d904a2a7de94567 (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.