Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
SOURCES SOUGHT

C -- Indefinite Delivery/Indefinite Quantity Architect-Engineer contract for General Topographic Surveying, Mapping and Geospatial Services

Notice Date
7/13/2017
 
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, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-17-X-0019
 
Archive Date
8/26/2017
 
Point of Contact
Lennie K. Mattis, Phone: 9783188938
 
E-Mail Address
lennie.k.mattis@usace.army.mil
(lennie.k.mattis@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for an Indefinite Delivery/Indefinite Quantity Architect-Engineer contract for General Topographic Surveying, Mapping and Geospatial Services to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns. The NAICS code for the work described below is 541370 with a size standard of $15,000,000. Work will begin in spring 2018 and extend over a 5 year period. The total contract value is estimated at $3,000,000. The location of services to be performed under this contract shall be primarily the six New England States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts currently covered by the U.S, Army Corps North Atlantic Division's (NAD's) mission areas (NY, PA, NJ, DE, MD, VA, WV and the District of Columbia). The work involves general land surveying, mapping, and geospatial services which includes activities associated with measuring, locating and preparing maps, charts, or other graphical or digital presentations depicting natural and man-made physical features, phenomena and legal boundaries of the earth. Task orders may include: Topographic Engineering, Hydrographic Engineering, Land, Cartographic Surveys and general Geospatial Database development services and products. Work could include acquisition of topographic and hydrographic oriented surveying and mapping data for: design, construction, dredging, master planning, operations, as-built conditions, precise structure stability studies, property and boundary surveys; monumentation, aerial photography; marking and posting maps, charts, and similar products for general use; and preparation of tract descriptions. Surveys will be collected utilizing conventional and electronic instrumentation, photogrammetric, laser scanning, remote sensing, Global Positioning System (GPS), multi-beam and side scan sonar, subbottom profiling, remotely operated vehicles (ROVs), drones, and other survey methods as applicable. Geospatial services may include mapping, charting, and related geospatial database development, which includes the design, compilation, digitizing, attributing, scribing, drafting, printing and dissemination of printed or digital map, chart, and related geospatial database products associated with planning, engineering, operations, and related real estate activities utilizing photogrammetric, geographic information systems, and other manual and computer assisted methods as applicable. Final products may need to be distributed and available in several different formats including (but not limited to), ASCII, Adobe PDF, and smooth sheet plots to a pre-determined scale. Specialized experience working with Differential Global Positioning Systems (DGPS); RTK GPS equipment capable of centimeter measurement accuracy, electronic total station with data collector; and CAD/GIS data processing equipment with the ability to deliver CAD drawings in MicroStation/InRoads format (DGN/DTM). Work may also require aerial photography. Maps must be submitted in hard copy report format, hard copy ANSI D drawings, and MicroStation DGN format. Professional surveyor registration will be required in all six New England States either by the prime or subconsultant(s). Registration will be required in the other states listed above should a task order be issued for one of those states. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), staff size, primary area of contractor's expertise, resumes of key personnel, and provide examples of projects illustrating experience with: a) topographic survey using RTK GPS, b) hydrographic survey using side-scan or multi-beam sonar, c) boundary surveys, d) real estate surveys that meet American Land Title Association (ALTA) specifications, e) use of Microstation/InRoads for design drawing production; and f) general geospatial services as itemized above. Also, please indicate your team subcontractors that will be used to support this contract and indicated their primary area of expertise. In accordance with requirements of FAR 19.508(e) and 52.219-14, whereby "at least 50% of the cost of contract performance incurred for personnel" must be expended for employees of the prime firm, respondents are to indicate and demonstrate their ability to perform at least 50% of the work required under this proposed contract presuming that the 75% of the work to be performed is for items a), c), d) and e) as listed above. Responses are required no later than August 11, 2017. Responses should be addressed to lennie.k.mattis@usace.army.mil. Responses shall be limited to twenty pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-17-X-0019/listing.html)
 
Place of Performance
Address: The location of services to be performed under this contract shall be primarily the six New England States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts currently covered by the U.S, Army Corps North Atlantic Division’s (NAD’s) mission areas (NY, PA, NJ, DE, MD, VA, WV and the District of Columbia)., United States
 
Record
SN04578985-W 20170715/170713235933-706e98e223471cd5867f9b57fe8237e5 (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.