SOURCES SOUGHT
R -- Trinity River Geo-Physical and Survey Services
- Notice Date
- 5/29/2019
- Notice Type
- Synopsis
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Bureau of Reclamation<br />Mid-Pacific Region<br />Regional Office<br />Division of Acquisition Services<br />2800 Cottage Way, Room E-1815<br />Sacramento<br />CA<br />95825-1898<br />US<br />
- ZIP Code
- 95825
- Solicitation Number
- 140R2019R0023
- Response Due
- 6/7/2019
- Archive Date
- 6/8/2019
- Point of Contact
- Tanksley, William
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Announcement for acquisition planning purposes. No formal solicitation for this work exists at this time. All eligible and qualified contractors may submit capability statements for consideration. Capability statements received will be reviewed to determine the quantity and availability of contractors who have the experience, technical level of expertise, administration, and management capability to perform the effort described below. Capability statements received will be used to determine the Bureau of Reclamation ¿s overall procurement strategy. The Bureau of Reclamation, Mid-Pacific Region, is seeking 8(a) Small Business, HUBZone Small Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Small Business concerns that may be interested in providing the services as described below. The U.S. Bureau of Reclamation, Trinity River Restoration Program (TRRP), has need for professional services covering physical data: sediment transport, geomorphology, remotely sensed photography, lidar, sonar bathymetry, and related survey data including general land surveying services on the Trinity River, California. The Trinity River emerges from the Trinity Mountains including the Trinity Alps Wilderness Area in a remote area of northwestern California, characterized by deeply dissected mountainous topography (Figures 1 and 2). The ROD that established TRRP provides for work throughout the Trinity River watershed plus the Lower Klamath River from the confluence of the two rivers to the estuary. Most TRRP management actions focus on the 40-mile reach between Lewiston Dam and the North Fork Trinity River, which received the greatest ecological impact from dam-regulated flows. This area forms the 40-mile segment referred to hereafter as the `focal-reach ¿. Work possible under this contract may occur elsewhere within area covered by the ROD. The contract will include the following tasks: Task 1: Orthophotography Task 1a: Aerial Orthophotography with half-foot resolution Task 1b: Aerial Orthophotography with half-foot resolution and infrared band Task 1c: Aerial Orthophotography with tenth-foot resolution Task 2: Digital Terrain Modeling Task 2a: Extended-Reach Digital Terrain Model Task 2b: Site-specific Digital Terrain Modeling Task 2c: Reach-Scale Bathymetry Task 2d: Lidar Data Collection Task 3: Sediment Transport Monitoring Task 3a: Low Effort Sediment Transport Monitoring Task 3b: Medium Effort Sediment Transport Monitoring Task 3c: High Effort Sediment Transport Monitoring Task 3d: Sampling for Reservoir Management Release Task 3e: Additional Sampling Days Task 4: Other Geomorphic Data Collection Task 4a: Substrate Composition Task 4b: Pebble Counts Task 4c: Surface Substrate Photo Monitoring Task 4d: Cross-Section Surveys Task 4e: Water Discharge Measurements Task 4f: Water Surface Profiles Task 4g: Water Velocity Surveys Task 5: Licensed Surveyor Services Task 5a: Accuracy Assessment and Certification of Existing Site Specific DTM Task 5b: Locating Existing, or Establishing New, Geodetic Control Monuments Task 5c: Boundary Surveys with Records of Survey Task 5d: Preliminary Title Reports Task 6: Data Completion, Research, and Analysis Task 6a: Data Completion Task 6b: Data Research and Analysis Based upon responses to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 541360 Geophysical Surveying and Mapping Services and the related small business size standard is $15M. This notice is not a request for proposals/quotations and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. Interested parties should include the following information in their response: (1) Business name, address, DUNS number, size classification based on NAICS size standard, socioeconomic classification (i.e. 8(a) Small Business, HUBZone Small Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Small Business), and a point of contact including name, position, phone number, and email address. (2) Demonstration of the firm ¿s previous experience as a prime or subcontractor performing this type of service in the southwestern US. Contractor should submit a list of past projects that were similar in scope and complexity to the requirement referenced in this announcement. Offeror shall provide the project title, location, and detailed description of the efforts and how it was similar, the project ¿s dollar value, contract award number, completion dates, and the customer ¿s name and telephone number. In addition, you should include information on the key personnel who will work on this project and information regarding their qualifications. Capability statements are to be received no later than 5:00 PM PT on Friday, June 7, 2019. All responses to this Sources Sought notice shall be provided to William Tanksley, Contracting Officer, via email at wtanksley@usbr.gov. Questions concerning the sources sought announcement should be directed to William Tanksley by email at wtanksley@usbr.gov. No phone calls please. System for Award Management (SAM), as required by FAR 4.1102, applies to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/3bc8a79fae7f798279673f463252c06b)
- Record
- SN05324938-F 20190531/190529230018 (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 |