Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOURCES SOUGHT

99 -- AE Hydrographic Survey & Mapping Services

Notice Date
6/3/2020 6:29:55 AM
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US ARMY ENGINEER DISTRICT GALVESTON GALVESTON TX 77550-1229 USA
 
ZIP Code
77550-1229
 
Solicitation Number
W912HY-20-S-0033
 
Response Due
6/17/2020 12:00:00 PM
 
Archive Date
07/02/2020
 
Point of Contact
Debora L. Wells, Phone: 4097662680, Fax: 4097663010, Jessica Loc, Phone: 4694877146
 
E-Mail Address
debora.l.wells@usace.army.mil, Jessica.R.Loc@usace.army.mil
(debora.l.wells@usace.army.mil, Jessica.R.Loc@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. �THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� NO SF 330 FORM IS REQUIRED.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers � Galveston District has been tasked to solicit and award Architect-Engineer (A-E) contracts for hydrographic surveying and mapping services primarily for the Galveston District but may extend to the entire Southwestern Division area of responsibility.� The proposed acquisition may be a Multiple Award Task Order Contract (MATOC) with multiple indefinite delivery-indefinite quantity contracts anticipated.� Any set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB).� The Government wants to ensure there is adequate competition of responsible firms.� Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources for A-E Services procured in accordance with Public Law 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36. A-E services include, but are not necessarily limited to, hydrographic surveys of offshore waters, shallow and deep draft inland waterways and channels, coastal areas, inland lakes, rivers and other similar bodies of water, in support of various civil works or similarly situated projects for navigation, dredging, flood control, beach nourishment, etc. These services shall utilize electronic data acquisition methods and subsequent data processing to obtain final maps, drawings, charts, and computed dredging quantities. These services may involve hydrographic and topographic surveys of levees, breakwaters, canals, embankments, groins, and other similar structures. These services may also include planimetric, boundary, and utility surveying, in support of the development of a complete deliverable. Minimum capabilities required include the ability to perform hydrographic surveys and process the data at an accuracy level that meets USACE standards in accordance with Engineer Manual (EM) 1110-2-1003.� FOR POST STORM EVENT RESPONSE:� capabilities needed include the ability to begin field work in less than 24 hours from notice to proceed, perform required surveys in adverse conditions, and process and submit data within 8 hours of completion of survey to inform the decision making process for safe navigation. Minimum equipment required includes either single beam or multibeam system on a closed cabin vessel greater than 25 feet. FOR POST STORM EVENT RESPONSE (within the Texas Gulf Coast region): Minimum equipment includes either a trailered vessel that can be transported to the location of the response or a vessel that is permanently moored in a location that allows for a response time less than 24 hours. The estimated contract period of performance is five (5) years.� The total estimated shared contract capacity is $13,000,000.� The estimated minimum size of a task order is $2,500.� The estimated maximum size of a task order is $3,000,000 with the average size task order of $100,000.� Firms should have ability to perform up to 3 task order(s) simultaneously. The North American Industry Classification System code for this procurement is 541370 with a small business size standard of $16.5M.� Small Business firms are reminded under FAR 52.219-14 (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50% subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated Combined Synopsis/Solicitation issuance date is on or about 30 June 2020 and will be posted to Contracting Opportunities (FBO) at https://beta.sam.gov/. Interested firms should register electronically to receive a copy of the Solicitation when it is issued. Responses are limited to 10 pages and the following information is requested: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in proposing on the solicitation when it is issued. 3.� Firm�s capability to perform a contract of this magnitude and complexity outlined in the description of A-E services above. Provide up to three relevant project examples within the past five (5) years, to include a brief description of the project, customer name, timeline of performance (to include response time, field work, data processing, deliverables), and dollar value of the project. 4. List of survey capable vessels to include the length, hydrographic survey equipment, Real Time Kinematic (RTK) or post processing capability, and type of fuel required (unleaded vs. diesel). 5. List of the location of each vessel and whether the vessel can be trailered. (Location could become critical in a storm related response) 6. List of vessels that are not owned, the type of agreement for use, and any terms and conditions that would preclude the ability to begin fieldwork (Texas Gulf Coast area) within 24 hours of notice to proceed. 7. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB 8.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. Interested Firms should submit responses via email to Debora Wells at Debora.L.Wells@usace.army.mil by 17 June 2020 at 1600 CST.� All interested firms must be registered in beta.SAM.gov to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f668e52ec92242d1a468db2536a28a22/view)
 
Place of Performance
Address: TX, USA
Country: USA
 
Record
SN05679811-F 20200605/200603230156 (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.