Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2018 FBO #6013
SOURCES SOUGHT

R -- Airborne Magnetic Anomaly and Radiometric Survey for Southeast Missouri

Notice Date
5/9/2018
 
Notice Type
Sources Sought
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
140G0218R0030
 
Response Due
5/17/2018
 
Archive Date
9/1/2018
 
Point of Contact
Valdez, Robert
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 541360 with a Small Business Size Standard $15.0M for an upcoming requirement for conducting an airborne magnetic anomaly and radiometric survey for southeast Missouri to provide digitally recorded and processed airborne data. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Description: The USGS requests airborne magnetic anomaly and radiometric data covering parts of southeast Missouri, extending eastward into neighboring parts of Illinois. Nearby cities include Farmington and Rolla, Missouri. A magnetic and radiometric system is required that can image Precambrian lithologic variations and structure and surface radioelements. The magnetic anomaly data are intended for rigorous interpretation of the 3-D geometry and lithology of Precambrian rocks. It is expected that the most subtle anomalies present will be critical to the ultimate interpretation, so very high resolution and low noise data are critical. The traverse line spacing shall be 250 m. The tie line spacing shall be 2500 m. The nominal terrain clearance shall be 80-150 meters, although it is understood that greater terrain clearances may be required in several places. The Contractor shall furnish all travel, mobilization, labor, materials, aircraft and aircraft facilities, and demobilization, except as otherwise specified herein, required for conducting a magnetic survey. The contractor shall provide digitally recorded and processed airborne data in accordance with the terms, conditions and specifications set forth in this contract. The government has a definite requirement for and plans to award a minimum of 32,500 line kilometers (km) with an up to 67,500 optional ¿add-on ¿ line km of magnetic only or magnetic and radiometric data pending availability of funds. A scope of work will be provided with any solicitation that may be issued. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 541360 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $15.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT May 17, 2018 at 3:00pm MST via e-mail to: rvaldez@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0218R0030/listing.html)
 
Record
SN04916764-W 20180511/180509230848-b947f7bcc9484cf4cd292a223f211fd8 (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.