Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOURCES SOUGHT

C -- Geographic Information Systems and Professional Surveying and Mapping Services for various project types at DOD and Non-DOD activities

Notice Date
7/31/2020 10:03:40 AM
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945020R0128
 
Response Due
8/11/2020 11:00:00 AM
 
Archive Date
12/01/2021
 
Point of Contact
Susan Forchette
 
E-Mail Address
susan.j.forchette@navy.mil
(susan.j.forchette@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT/ MARKET SURVEY FOR WRITTEN INFORMATION ONLY.� THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests.� No telephone calls will be accepted requesting a bid package or solicitation.� In order to protect the procurement integrity of any future procurement (if any) that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Naval Facilities Engineering Command, Southeast, (NAVFAC SE) is conducting market research of industry to identify potential Small Business firms, with current relevant qualifications, experience, personnel, and capability to perform services required for a Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for: Geographic Information Systems and Professional Surveying and Mapping Services for various project types at DOD and Non-DOD activities. The anticipated firm fixed price indefinite delivery indefinite quantity contract will not exceed $45M over the life of the contract. The contract is structured to include a five (5) year ordering period. The contract shall not exceed five (5) years or $45M. The estimated range of task order values is $200,000-$2,000,000. The range is an estimate and the Government may place orders below or above this amount.��� The NAICS code for this contract 541370 and the size standard is $16.5M. This sources sought is for services that will primarily be required in Alabama, Florida, Guantanamo Bay Cuba, Georgia, Louisiana, Mississippi, Tennessee, Texas, and South Carolina.� It is anticipated that most work will be in the Southeast Area of Responsibility (AOR), however the contract may also be used at other DOD or non-DOD facilities worldwide. These actions will be decided on a case-by-case basis and approved by the administrative contracting officer. The required A/E services will primarily be for Geographic Information Systems.� Work will include geospatial data collection and development, geospatial systems and applications development and implementation, and development of documentation and training material, which includes, but is not limited to:� (a) High-resolution aerial imagery acquisition by both traditional (airplane and helicopter) and unmanned aerial system (UAS) methods; (b) UAS certifications, modernization and recommendations; (c) Navy policy development to include, Data Collection Guide (DCG) chapter creation, updates, and maintenance BMS development; (d) Navy policy development to include, Navy Data Model (NDM) updates, maintenance, DISDI collaboration and adjudication, tool creation and maintenance, annual migration, BMS development;� (e) Above and below ground utilities data collection (electric, water, wastewater, POL, thermal, natural gas, etc.); collected at Utility Quality Level B; (f) Develop and maintain Bash and Wildlife Aircraft Strike Hazard (BASH) data; (g) Inventory, digitize, and catalog facility documents; (h) Above and below ground telecommunication data collection; (i) Above and below ground storm water data collection; (j) E911 Addressing support; (k)Space Management data collection; (l) Other GIS services as required; and (m)� Boundary surveys, tract descriptions and Surveyor Reports certified by a Professional Land Surveyor certified by the respective State within NAVFAC SE AOR. All work shall be done in either English or metric units, as directed by the Government.� Selected firms will not be able to propose on design-build task orders or contracts, which the firms or any of the firms� subcontractors have assisted the Government in the preparation of the design-build technical statement of work or plans and specifications.� Special qualifications include, but are not limited to: The A/E must have very clear understanding of the interworking of the policies and procedures of the Navy IGI&S Management and Operations Functional Structure and the OSD DISDI IGG. The A/E must be familiar with current NAVFAC A-E criteria/regulations, guidelines, and procedures and demonstrate the ability to handle work under strict deadlines. Utilities shall be collected at Quality Level B, which involves the application of appropriate surface geophysical methods to determine the existence and horizontal position of virtually all subsurface utilities within a project's limits. A/E firms that do not have full in-house capability must also have the capability to manage sub-contractors and ensure quality control. The A/E must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to ensure that a quality product is produced. All interested firms should be capable of obtaining security clearances, if required. All interested firms shall: Have NAICS 541330, Engineering Services, as an approved NAICS code. ���� 2.� Answer all of the questions in detail, as noted on the Market Research��Questionnaire.� The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency.� A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, Woman-Owned Small Business, U.S. Small Business Administration (SBA) certified 8(a) Small Business, SBA certified HUBZone Small Business, and/or Service-Disabled Veteran-Owned Small Business, or whether to issue as full and open competition (unrestricted).� Please limit your response to five pages or less.� Completed questionnaires shall be submitted to susan.j.forchette@navy.mil.� All responses are due by�11 August 2020 at 2:00PM (EST).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3f71ebe8c474d71b789280cfd34305a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05742121-F 20200802/200731230149 (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  © 1994-2020, Loren Data Corp.