Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2017 FBO #5810
SOURCES SOUGHT

C -- Hydrogeologic Monitoring and Testing Services in support of Jacksonville Disrict

Notice Date
10/18/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP18Z0001
 
Point of Contact
Susan J. Forchette, Phone: 9042322158
 
E-Mail Address
susan.j.forchette@usace.army.mil
(susan.j.forchette@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS and is NOT a request for proposal. The purpose of this Market Research and Sources Sought is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service-Disabled Veteran-Owned (SDVOSB), and Women owned Small Business (WOSB) firms capable of performing the requirements described herein for the purpose of determining how the solicitation will be advertised. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Jacksonville District of the US Army Corps of Engineers (USACE) is planning work that will require Architect/Engineer (A/E) services to conduct hydrogeological testing and monitoring in confined, semi-confined, and unconfined aquifers. The hydrogeologic services will include, at a minimum, the ability to perform the following requirements: production and monitoring well construction in confined, semi-confined, and unconfined aquifers; core (lithologic) logging; well development and aquifer testing (pump test, specific capacity test, slug test); groundwater and surface water quality sampling; borehole video and geophysical logging; well instrumentation for continuous measurement of water levels; platform construction to access wells; and elevation surveys and datum references. In addition to field activities listed above, the hydrogeologic testing and monitoring services will include data collection, analysis, and technical report production. Contractors should have experience in well construction, instrumentation, and monitoring of unconfined, confined, and artesian limestone and clastic aquifers. Contractors must have at least one person holding current registration as a Professional Geologist in the state of Florida on their team. The primary purpose is to provide services for projects located within the geographic boundaries of the Jacksonville District, within the boundaries of State of Florida. There may be requests to provide services within the geographic boundaries of the other USACE Districts both within and outside the South Atlantic Division on a limited basis. The planned contract for the A/E services will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of five years (a base ordering period of one year and four optional ordering periods of one year each); with a maximum of $5,000,000 of capacity for the life of the contract, including options. Please provide a Statement of Capability (SOC) stating your company's skills, experience, and knowledge required to perform the specified type of work. The SOC should be a brief description of your company's capabilities. Contractors should provide brief references of jobs they have performed and the magnitude of scope. Responses to this announcement shall include: 1.Offerors' name and duns number, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, 8(a), Service Disabled Veteran Owned Small Business, or Women Owned Small Business, shall be indicated on first page of submission. If the Government does not receive an adequate number of qualified respondents (i.e., two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project. Receipt of potential offeror's SOCs shall be no later than thirty (30) calendar days from the date of this notice by 4:00 pm. Responses to this sources sought may sent via email to Susan Forchette at Susan.J.Forchette@usace.army.mil. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. You must be registered in the System for Award Management (SAM.GOV) in order to be eligible to receive an award from any Government solicitation. Information regarding registration in SAM can be found at sam.gov. The NAICS code is 541330. The size standard is $15,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP18Z0001/listing.html)
 
Record
SN04716857-W 20171020/171018231233-3e82e95f639e879831b9dacdf8178920 (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.