SOURCES SOUGHT
C -- SATOC for Topographic Survey and Mapping Services in CENTCOM AOR
- Notice Date
- 3/15/2018
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-18-TOPOSATOC
- Archive Date
- 4/13/2018
- Point of Contact
- Travis I. Dunn,
- E-Mail Address
-
travis.i.dunn@usace.army.mil
(travis.i.dunn@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed action is for an A/E Design SATOC to provide personnel, equipment and logistical support to accomplish survey data collection activities in the geographic location of the Middle East. Provide Topographic services utilizing global position systems (GPS), line of sight instruments or remote sensing equipment. Locate and tie to existing control points and benchmarks for survey and establish any new control points and/or benchmarks that may be required. Perform correction calculations to document the accuracy of location and elevation of points and closure of boundary shapes. Locate existing surface and subsurface features on land and submerged under water to include natural ground, constructed and abandoned structures, landmarks and utilities. Work may include minor excavation to locate and inspect constructed utilities. As specified by the government, correct collected survey data to accuracy requirements and create digital terrain models in required formats. Perform mapping activities which combine collected survey data, literature search material with aerial, satellite and remote sensing imagery from various sources provided by the government. Perform literature searches by paper or electronic means to document past and present topographic conditions of the survey locations. Contract duration is estimated at five (5) years. The estimated total capacity (PA, not CCL) is $9,000,000. NAICS code is 541370. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 29 March 2018 by 10:00 A.M. Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested A/E firms must provide no more than five (5) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Topographic ground survey and mapping to produce digital terrain (three-dimensional) models for computer-based earthwork design and calculations. or Survey with Literature Search, Imagery, Orthophotography, Hydrographic and Range Line Surveys. or Bathymetric, Side-Scan and Magnetometer Survey, Tide Wave and Current Measurement. or Topographic ground survey and mapping to produce three-dimensional utility maps. or Production of GIS databases from three-dimensional survey data. b. Projects similar in size to this project include: At least 15 hectares in size. c. Projects similar in location to this project include: Saudi Arabia, Kuwait, Bahrain, Qatar and other geographic locations known as the CENTCOM AOR. d. Based on the information above, for each project submitted, include at least two (2) items described in similar scope above: 1. Scope of the project including the size and award amounts. 2. Current percentage of Topographic Survey and Mapping Services complete and the date when it was completed. 3. The portion and percentage of the project that was self-performed. 4. The scope of the work self-performed. 5. Project Owner point of contact (POC). 6. Owner evaluation of completed work. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Travis Dunn at travis.i.dunn@usace.army.mil. If you have questions please contact Travis Dunn at travis.i.dunn@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Projects primarily located in Saudi Arabia, Qatar, Bahrain, and Kuwait but could be located in any of the additional sixteen countries that comprise the CENTCOM AOR, as follows: Afghanistan Oman Pakistan Egypt Iran Iraq Jordan Syria Kazakhstan Tajikistan Turkmenistan United Arab Emirates Kyrgyzstan Uzbekistan Lebanon Yemen
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-18-TOPOSATOC/listing.html)
- Record
- SN04855555-W 20180317/180315231422-2cd40ff8c33c20100ebcfdd1ff8c26f6 (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 |