Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2016 FBO #5297
SOURCES SOUGHT

C -- A-E IDIQ - Survey

Notice Date
5/23/2016
 
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, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-16-SS-Survey
 
Archive Date
6/21/2016
 
Point of Contact
JOHN SCOLA,
 
E-Mail Address
JOHN.P.SCOLA@USACE.ARMY.MIL
(JOHN.P.SCOLA@USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Solicitation Number: W912DW-16-SS-Survey Notice Type: Sources Sought I. SYNOPSIS: a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested U.S. Architecture-Engineering (A-E) firms who have the demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. c. The proposed work to be performed under the following North American Industry Classification (NAICS) code: 541370 for Surveying and Mapping (except Geophysical). d. Overview of Project: Seattle District plans to procure surveying/mapping services in accordance with PL 92-582 (Brooks Act) and FAR Part 36, to include SIM (Site Information Modeling). SIM will include the collection and graphical representation of existing surface and subsurface site conditions in full 3D (three dimensional) generation for utilities and site topography to include natural features and improvements. One firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. See government-wide numbered notes 1 and 24 at http://cbdnet.access.gpo.gov/num-note.html. A-E services include surveying and mapping and the contract will be primarily for work in Washington, Idaho, Montana and Oregon. A specific scope of work and services required will be issued with each task order. Specialized knowledge, expertise and past experience that would significantly benefit customers of the Seattle District is preferred. North American Industrial classification system code (NAICS) is 541370, which has a size standard of $15,000,000 in average annual receipts. For the purposes of this procurement, a firm is a small business if its annual average gross revenue, taken the last 3 fiscal years, does not exceed $15 Million. For more information concerning NAICS and a SBA size standards, go to http://www.sba.gov. e. Description of Project: The purpose of this contract is to provide all A-E and related services necessary to perform various surveys, which include, but are not limited to: 3D Civil Information Models (CIM) deliverables, including subsurface utility engineering (SUE) surveys; topographic, boundary, aerial photogrammetric, LIDAR, structural deformation, and small hydrographic surveys; and GIS deliverables, for Army, Air Force, and other agencies projects within the US Army Corps of Engineers (USACE) Seattle District boundaries that covers Washington, Oregon, Idaho and Montana. However, work may also be performed on projects for other agencies served by Seattle District Corps within any of the four states listed. The A-E will be required to prepare deliverables using current Army, Air Force, Corps of Engineers and other agency standards, as required for a variety of projects. Services shall be accomplished in the contractor's office with the exception of such field investigations and field surveys as required at the project site. The Government will not provide any direct supervision of Architect Engineer (A-E) employees. II. REQUIREMENT: a. Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information: (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation) • Offerors name, addresses, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. • Offerors capability to meet project requirements. • Offerors' Statement of Capability to perform a contract of this magnitude and complexity. Your firm shall identify whether the work was independently completed as a prime contractor or affiliated with another contract (joint venture or as a subcontractor.) If your role was as a subcontractor, describe the design services your company provided. For each project listed, please provide a brief description of the project, customer name, the date of performance, customer satisfaction and dollar value of the project. Offerors' should provide at least 3 examples. • Offerors SHALL NOT submit a SF330 in response to this Sources Sought Announcement. b. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized in FedBizOpps only, the FedBizOpps link is www.fbo.gov. c. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 16:00 hours (PST) 6 June 2016, Pacific Standard Time. All interested contractors must be registered in SAM to be eligible for award of Government contracts. Email responses to: Mr. John P. Scola, Contract Specialist, CENWS-CT-A, Seattle District, Email address: john.p.scola@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. d. Contracting Office Address: US Army Corps of Engineers, Seattle District P.O. Box 3755 Seattle, WA 98124-3755 e. Point of Contact(s): Technical POC: Kurt Noble, e-mail: Kurtis.D.Noble@usace.army.mil Contracting POC: John Scola, e-mail: John.P.Scola@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-16-SS-Survey/listing.html)
 
Record
SN04125054-W 20160525/160523233942-75a249c49ecff2754e1774e7b930c691 (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.