Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2015 FBO #5090
SOURCES SOUGHT

C -- ARCHITECT-ENGINEER SERVICES FOR PROFESSIONAL SURVEYING AND MAPPING, U.S. ARMY ENGINEER DISTRICT, GALVESTON, TEXAS

Notice Date
10/29/2015
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-16-S-0006
 
Archive Date
11/24/2015
 
Point of Contact
Lucille R. Smith, Phone: 4097663845, CELIA E. COCKBURN, Phone: 4097663067
 
E-Mail Address
lucille.r.smith@usace.army.mil, celia.e.cockburn@usace.army.mil
(lucille.r.smith@usace.army.mil, celia.e.cockburn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for information only to be used for preliminary planning purposes. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. NO SF 330 FORM IS REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The U.S. Army Corps of Engineers, Galveston District has been tasked to solicit and award an Architect-Engineer (A-E) contract for A-E Services for professional surveying and mapping. The proposed acquisition will be competitive, indefinite delivery type contract. The type of set-aside decision to be issued will depend upon the responses to this sources sought synopsis. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Women Owned Small Business (WOSB), or Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. Small business, 8(a) Small Business Development Program, HUBZone, and SDVOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources for professional, multi-discipline A-E Services, procured in accordance with PL-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36, capable of performing A-E Services for professional surveying and mapping. Services are to be in support of engineering and planning studies; designs; operations and maintenance of navigation; flood control and beach erosion programs; real estate matters; and other requests of the District, both civil and military. The work consists of hydrographic, topographic, cadastral, and various other types of land surveys and associated office work to include but not limited to horizontal and vertical control cross-sections and profiles on land and water; topographic and planimetric surveys; construction layouts; base lines and reference lines; property and boundary surveys; monumentation with descriptions of survey points; computations and compilation; drafting; and general office work. Acquisition needed to support requirements includes services in the event of severe weather, such as hurricanes or vessel accidents that involve sunken objects in navigation channels. Minimum capabilities required include: a. Specialized experience (within the past two years) and technical competence of the firm and its staff in using both conventional and automated methods and equipment: (1) Hydrographic, topographic and cadastral surveys; horizontal and vertical control (first- thru third-order); cross-sections and profiles on land and water; topographic and planimetric surveys; construction layouts; base lines and reference lines; property and boundary; monumentation with descriptions of survey points; computations and compilation; drafting; general office work necessary to furnish reduced and/or plotted field data and other final products; and delivering data in formats compatible with the Galveston District's word processor, spreadsheet and MicroStation/Bentley CADD systems, as and when required; (2) Own or lease: 100' surveying vessel for after storm surveys, static and kinematic GPS equipment capable of subcentimeter measurement accuracy; electronic total station with data collector; CADD data processing equipment compatible with the Galveston District's MicroStation/Bentley CADD systems; automated hydrographic Hypack survey software ; survey vessels capable of being trailered to, and operated in, U.S. inland and coastal waters; conventional field equipment (transit, level, total station, etc.). (3) Prior association of the prime firm and the subcontractors; management structure and coordination of the team. In-house capabilities will be considered heavier than work subcontracted. b. Qualified personnel with experience in the following key positions: (1) Registered Professional Land Surveyors licensed in the state of Texas. (2) Engineering and Survey Technicians experienced in automated hydrographic data collection. (3) Party Chiefs and Instrument Persons experienced in gathering survey data by conventional instruments, electronic data collectors and GPS methods. (4) Engineering and Survey Technicians experienced in compilation and computation of data obtained by both conventional and automated survey methods. (5) Drafts Persons and CADD Operators experienced in processing survey data. (6) CADD Managers experienced so as to provide digital data in a format compatible with the Galveston District's MicroStation/Bentley CADD System. (7) Rod and Chain Persons. (8) Boat Operators. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. Quality Assurance/Quality Control measures to deliver end products within prescribed surveying, mapping and drafting accuracies and on schedule. d. Knowledge and familiarity with the Texas State Plane Coordinate System and familiarity with conditions typical to the Texas coast such as marsh terrain, corrosive atmosphere, flooding, hurricanes, etc. e. Past performance on Department of Defense (DoD) and other contracts with respect to cost control, quality of work, compliance with performance schedules and cooperativeness. f. Capacity to perform two $150,000 task orders simultaneously. The evaluation will consider the experience of the firm and any consultants in similar size projects, and availability of an adequate number of personnel in key disciplines to accomplish field and office activities considering the firm's commitment to the Government and its repetitive daily clients. g. Geographic location of the firm because of the potential for extensive travel throughout the District by survey crews. h. Extent of participation of SB, SDB, and minority institutions in the proposed contract team. i. Volume of DoD contract awards in the last 12 months. The contract period of performance is for a base year and two (2) option years. The total contract capacity will not exceed $3,000,000.00. The estimated minimum size of a task order is $50,000.00. The estimated maximum size of a task order is $300,000.00 with the average size task order being $100,000.00. Firms must have ability to perform up to two (2) task orders simultaneously. The North American Industry Classification System code for this procurement is 541370 which has a small business size standard of $15,000,000.00. Small Business firms are reminded under FAR 52.219-14 Limitations on Subcontracting that by submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract in the case of a contract for Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on selection of the most highly qualified firm in accordance with A-E Brooks Act procedures in accordance with FAR 36.6. Anticipated solicitation synopsis issuance date is on or about December 2015] and will be posted on the Federal Business Opportunities at www.fbo.gov. Firm's response to this Sources Sought Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Data Universal Numbering System (DUNS) and Commercial and Government Entity (CAGE). This information can be obtained from your System for Award Management (SAM) Registration at www.sam.gov. 3.Firm's interest in bidding on the solicitation when it is issued. 4.Listing of available hydrographic surveying equipment including vessels and denoting size and quantities. 5. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute A-E Services, comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least three (3) examples. 6. Firm's Business Size: SB, 8(a), HUBZone, WOSB, and/or SDVOSB. 7. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. It is required for all interested firms to respond to ALL questions above. Firms not answering all questions will be determined non-responsive and will NOT be used for consideration in the Government decision to set-aside this acquisition. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 PM (CST), November 9, 2015. Email your response to Lucille R. Smith, Contract Specialist, Email: Lucille.R.Smith@USACE.Army.mil. For Technical questions, please contact: Mr. Dennis Lanigan at (409) 766-3875 or by Email: dennis.w.lanigan@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-16-S-0006/listing.html)
 
Place of Performance
Address: The Galveston District covers an area averaging 100 miles in width along the Texas coast, extending from approximately 15 miles east of the Texas Louisiana state line south to the Rio Grande, United States
 
Record
SN03932963-W 20151031/151029234358-5141f68b3a10f2387af785bf2a2a3e0a (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.