Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOURCES SOUGHT

C -- Indefinite Delivery Indefinite Quantity Architect-Engineer Services Contracts for Surveying, Mapping, and Related Services, U. S. Army Corps of Engineers, Southwestern Division, Fort Worth District,Fort Worth, Texas

Notice Date
1/18/2012
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-12-R-0048
 
Response Due
2/17/2012
 
Archive Date
4/17/2012
 
Point of Contact
Crystal D. Labrecque, 817-886-1056
 
E-Mail Address
USACE District, Fort Worth
(crystal.labrecque@.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS: This announcement seeks information from industry to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U. S. Army Corps of Engineer, Fort Worth District has been asked to solicit for and award a procurement for surveying, mapping, and related services. Proposed projects will be competitive Indefinite Delivery/Indefinite Quantity type contracts. Task Orders awarded against the proposed contracts will be firm-fixed price. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. No reimbursement will be made for any cost associated with providing information in response to this synopsis or any follow up information requests. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, namely the Small Business Community to include but not limited to Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB. The Government must ensure there is adequate competition among the potential pool of responsive contractors. LOCATION OF SERVICES: The geographic area covered by the proposed contracts are within the Southwestern Division (SWD) and its surrounding areas which consist of Arkansas, Kansas, Louisiana, New Mexico, Oklahoma, and Texas. Projects are primarily located in and around Texas and its bordering states, Louisiana, Arkansas, Oklahoma, and New Mexico. It is anticipated that there will be multiple pools such as Unrestricted and authorized set asides. All contractors are highly encouraged to participate. DESCRIPTION OF SERVICES: Prospective A/E firms must be capable of providing surveying, mapping and related services to support the U. S. Army Corps of Engineers civil works, military, and International and Interagency Support missions involving the planning, designing, constructing, operating, maintaining, and managing of real property and lands. Services to be provided but not limited to include: satellite imagery including geo-rectification, ortho-rectification, pan-sharpening, tiling, mosaicing, and other processes, aerial photogrammetric and LiDAR surveys including a description of the type of aircraft available including navigation, photo control, and digital mapping camera, performing, utilizing, and/or producing analytical aero-traingulation, georectification, stereoplotter instrumentation, digital elevation model and digital terrain mode data collection and manipulation, and developing planimetrics and contours, collecting survey data: establishing vertical and horizontal controls; topography (including planimetrics, bathymetric, cross-section, inverts, storm and sewer drains, bridges, weirs, construction layout), and subsurface utilities, using electronic total station with data collector and survey-grade GPS equipment capable of sub centimeter measurement accuracy, ability to reproduce and deliver survey and mapping precuts (hardcopy and digital), 2D and 3D digital data using the following georeferenced file types: Microstation v8.3, AutoCADD, ESRI v10.x (or later version), USGS raster formats, geotiff, and Mr. SID, conducting real estate surveys including monumentation, locating deeds of current tract/parcel owners, plat submittals and recordation, and metes and bounds descriptions, secure engineering services for conducting surveys on electrical and communication equipment including poles, guy wires, transformers, pullboxes, handholes, manholes, ducts entering manholes, cables, and appurtenant features, and the ability for building and maintaining geospatial databases in MS SQL and Oracle; developing and implementing geoprocessing scripts using Python, Java, VB, Secure Socket Laser, VB.NET, C#(2005), Visual Basic, and AML; analyzing, displaying and disseminating geospatial data using ArcGIS v9.3 on either a desktop- or web-based platform; CADD / GIS inter-operability; and developing, implementing, and maintaining web-pages and portals. Information to be provided regarding personnel includes but is not limited to Professional License Surveyors registered in the State of Texas and all other Professional Licensed Surveyors registered in one or more bordering states. Information regarding the size and number of survey crews is also requested. The estimated duration of the contracts is a three year base plus two options years from date of award. The total contract capacity will not exceed $10,000,000.00. The estimated minimum size of a task order is $20,000. The estimated maximum size of a task order is $1,000,000.00. The average size task order is $185,000.00. Firms must have the capacity to perform up to three task orders simultaneously. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541370. Small Business Size Standard for this acquisition is $4.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract, not to include the cost of materials with their own employees. Prior government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on overall "Best Value" to the Government. Anticipated solicitation issuance date is on or about 5 May 2012. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities at www.fbo.gov and invite firms to register electronically to receive a copy of the solicitation when it is issued. Responses to this synopsis shall be limited to 5 pages and shall include the following information: 1.Firm's name, address, point of contact, phone number, and e-mail address. 2.Firm's interest in submitting on the solicitation when it is issued. 3.Firm's capability to meet requirements for Professional Land Surveyors registered in the State of Texas and all other Professional Licensed Surveyors registered in one or more bordering states. 4.Firm's capability to perform a contract of the stated magnitude and complexity (include capability to execute the services included in this sources sought, comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project) provide at least 3 examples. 5.Firm's small business category and Business Size (Small Business, Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB). 6.Firm's Joint Venture information if applicable - existing and potential. Interested firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. (CST) 17 February 2011. All interested firms must be registered in Central Contracting Registration (CCR) to be eligible for award of a government contract. Email, mail, or fax your response to Crystal D. Labrecque and Elizabeth Crawford. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THE SYNOPSIS. Email: Crystal.Labrecque@usace.army.mil; Elizabeth.A.Crawford@usace.army.mil Fax: (817) 886-6403, Attn: Crystal Labrecque and Elizabeth Crawford Mail: U. S. Army Corps of Engineers, Fort Worth District, Attn: Crystal Labrecque & Elizabeth Crawford, 819 Taylor Street, Room 2A19, Fort Worth, Texas 76102-0300
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-12-R-0048/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02656124-W 20120120/120118234314-ec78b7a0682948809ecf057ef1d7d486 (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.