Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOURCES SOUGHT

C -- AE Survey IDIQ

Notice Date
12/17/2019 3:19:34 PM
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403 USA
 
ZIP Code
28403
 
Solicitation Number
W912PM20R0004
 
Response Due
1/10/2019 6:00:00 AM
 
Archive Date
01/31/2021
 
Point of Contact
Alicia Evans, Phone: 9102514785, Rosalind Shoemaker, Phone: 9102514436
 
E-Mail Address
alicia.evans@usace.army.mil, rosalind.m.shoemaker@usace.army.mil
(alicia.evans@usace.army.mil, rosalind.m.shoemaker@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A SOLICITATION OR ANNOUNCEMENT FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The US Army Corps of Engineers Wilmington District intends to utilize this sources sought synopsis to identify potential qualified 8(a), Historically Underutilized Business Zone (HUBZone) Small Business, Service Disabled Veteran Owned Small Business, Economically Disadvantaged Women Owned Small Business (EDWOSB), and Small Business firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect and Engineering Services to perform surveys, GIS and the associated production of maps as well as CADD and GIS products.� The primary geographic area covered by this contract encompasses the US Army Corps of Engineers � Wilmington District, which includes the states of North Carolina and Virginia.� However, could also be used within any location in the United States that falls under Wilmington District�s Area of Responsibility. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Governments best interest. �This is not a solicitation but Sources Sought only. Should a future requirement(s) evolve from this preliminary planning purpose, the Government intends to issue a Solicitation Notice and award a minimum of one (1) with a potential for multiple Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contracts that cover all the required elements of this notice with an estimated value of $5 million. The contract term will be a base year and four one year option periods. The primary tasks anticipated under this contract include work consisting of multiple types of surveys and the associated production of maps as well as CADD and GIS products.� These surveys consist of topographic, hydrographic, boundary, precise alignment/deformation surveys and construction staking as well as GIS services including mapping, analysis, geodatabase development, and application development.� A variety of software may be utilized, design services and deliverable requirements will be developed using ERDC/ITL TR-12-6 A/E/C CADD Standard, Release 6.0. The successful contractor to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed above. The task order projects will vary in magnitude. The NAICS code for this proposed procurement is 541370 Engineering Services small business size standard is $16,500,000. A small business prime will be required to comply with FAR 52.219-14 which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended by employees of the concern. Provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract. After review of the responses submitted, a solicitation announcement will be on Beta Sam if the Government intends to continue with the procurement. SUBMISSION REQUIREMENTS: It is requested that interested firms submit to the contracting office a brief Statement of Capabilities demonstrating their ability to meet and execute the requirements as set forth above and address the following questions: 1. Has your firm, as a prime contractor, whether individually or through a formal joint venture, teaming agreement, or under subcontract to a federal prime contractor, provided similar services as described in the brief description of project above? If yes, please provide the following information on your three most recent projects: Contracting agency address Contract number, date and amount of award, date of completion. Was your company the prime or a subcontractor? Description of items/services provided under the contract. State whether or not there were any performance issues under the contract which resulted in the issuance of a cure notice or show cause notice by the contracting officer. 2. If your firm has never contracted with the federal government as a prime contractor, or as a subcontractor to a prime contractor on a federal contract, have you provided similar services to commercial sources? If so, please provide the specifics in terms of the largest customers of these services. (e.g. Department of National Resources, U.S. Forest Services)� Please include any information relevant to any potential difficulties you note with complying fully with the description of work. 3. Has your firm ever been terminated for cause or default from a contractual arrangement, whether federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. 4. Has your firm, or any firm that you would potentially joint venture or team with ever bid on a federal acquisition and been determined non-responsible by the contracting officer and/or the U.S. Small Business Administration (SBA) failed to issue a certificate of competency to your firm or teaming partners when the matter was referred to SBA for review and consideration? 5. Although this is a sources sought synopsis, are you interested in submitting a proposal for this requirement should a solicitation be issued at a later date? A Statement of Capabilities (SOC) submittal is required. The SOC will determine the feasibility and/or basis for the Government�s decision to proceed with acquisition. Interested firms must submit a SOC, which describes in details the firm�s capability of providing the described services. Provide your ability to meet the qualifications described above relative to your firm/team. Provide business name, address, point of contact, telephone number, email address; DUNS Number, Cage Code number, and socioeconomic category for NAICS code 541370, indicating whether you are a small business, small disadvantage business, woman-owned business, etc. and business site, average number of employees of the concern, and average annual receipts based on the last 3 fiscal years. Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent projects (minimum of three maximum of five), which demonstrate an ability to meet the qualification criteria listed above. Provide the contract number, contract type (i.e. fixed price, indefinite quantity/indefinite delivery, cost reimbursement, etc.), project value, contract value and point of contact with phone number. Indicate whether the work was performed as a prime or a subcontractor, as well as what percentage of work your firm performed. Provide by listing key personnel that participated in the projects and their responsibilities. SUBMISSIONS SHALL BE SUBMITTED ELECTRONICALLY AND MUST BE RECEIVED AT THE OFFICE CITED NO LATER THAN 9:00A.M. EASTERN DAYLIGHT TIME ON�FRIDAY 10�JANUARY 2020. The submissions shall be formatted in a single spaced, 12 point font minimum and limited to 15 single sided pages (including all attachments). Responses shall be submitted to the Contract Specialist for this action Alicia Evans at alicia.g.evans@usace.army.mil and the Contracting Officer, Ros Shoemaker at rosalind.m.shoemaker@usace.army.mil. Any correspondence shall be directed to: US Army Corps of Engineers � Wilmington District Contracting Division ATTN: Alicia Evans 69 Darlington Ave Wilmington, NC 28403 Phone: (910) 251-4785 Email: alicia.g.evans@usace.army.mil LATE RESPONSES WILL NOT BE ACCEPTED. � This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government will not provide any briefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance. POINT OF CONTACT: Alicia Evans Contract Specialist Phone: (910) 251-4785 Email: alicia.g.evans@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/820711e506274e42a9e2aaf022b9564b/view)
 
Record
SN05519674-F 20191219/191217230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.