SOLICITATION NOTICE
C -- Existing Underground Utilities and Topographical Surveys
- Notice Date
- 8/10/2018
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- 6923G518R0130
- Archive Date
- 9/25/2018
- Point of Contact
- Patricia L. White, Phone: (315) 764-3236, Jason C. Brockway, Phone: 3157643252
- E-Mail Address
-
patricia.white@dot.gov, jason.brockway@dot.gov
(patricia.white@dot.gov, jason.brockway@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This acquisition is for architect-engineer (A-E)/surveying services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the contracting office shown. The Saint Lawrence Seaway Development Corporation (Corporation) requires a professional land surveying firm to verify and document existing underground utilities and topographies located within the Corporation's property boundaries in Massena, NY. The Corporation's properties consist of several buildings and facilities including an administration building, two lock facilities, various maintenance facilities and marine facilities. The Corporation's utilities include electrical power distribution (up to 13.8 kV), water and wastewater, storm water drainage, telecommunications, fiber optics and other miscellaneous utilities. The services required shall include, but not be limited to, reviewing existing property maps and site utility plans, conducting surveys to collect and verify utility location and topography information, creating record documentation of existing conditions and delivering final documentation including AutoCAD files to the Corporation. Firms responding to this announcement before 3:00 PM on the closing date of September 10, 2018, will be considered for selection, subject to any limitations indicated with respect to size of the firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selections of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria as follows: (1) Specialized experience and technical competence in the type of work required. The company must have specific experience within the last five years performing similar surveying work using AutoCAD ; (2) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (3) Professional qualifications necessary for satisfactory performance of required services. Designated individuals must have specific experience, within the last five years performing similar surveying work using AutoCAD ; (4) Capacity to accomplish the work in the required time; and (5) Location in the general geographical area of the project and knowledge of the locality of the project. Estimated period of performance is October 2018 through June 2019. The Corporation contemplates awarding a time and material type contract. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. For additional information on this procurement, please contact Patricia White at patricia.white@dot.gov. This is a total small business set-aside. Applicable NAICS code: 541370; Size Standard: $15.0M
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/6923G518R0130/listing.html)
- Place of Performance
- Address: Corporation facilities, Massena, New York, 13662, United States
- Zip Code: 13662
- Zip Code: 13662
- Record
- SN05031606-W 20180812/180810230918-95187d546ee827291f0aff0f93c741ba (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 |