SOURCES SOUGHT
C -- Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contracts for Surveying, Mapping, and other related services within the boundaries of Mississippi Valley Division (MVD)
- Notice Date
- 9/8/2023 7:54:51 AM
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
- ZIP Code
- 70118-3651
- Solicitation Number
- W912P8-23-SS-0009
- Response Due
- 10/8/2023 12:00:00 PM
- Archive Date
- 10/08/2024
- Point of Contact
- Bianca James Gaddison, Phone: 5048622163, Katherine Younts
- E-Mail Address
-
Bianca.M.JamesGaddison@usace.army.mil, katherine.b.younts@usace.army.mil
(Bianca.M.JamesGaddison@usace.army.mil, katherine.b.younts@usace.army.mil)
- Description
- THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THE U.S. ARMY ENGINEER DISTRICT, NEW ORLEANS, IS SEEKING ALL BUSINESS SOURCES FOR the Acquisition of Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contracts for Surveying, Mapping, and other related services within the boundaries of Mississippi Valley Division (MVD) THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-23-SS-0009. The North American Industry Classification System (NAICS) code for this requirement is 541370, Surveying and Mapping (except Geophysical) Services, and Mapmaking. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the type of procurement to be utilized for Acquisition of multiple Indefinite Delivery/Indefinite Quantity (IDIQ) A-E Contracts for Surveying, Mapping, and other related services. For the new survey contracts, the successful offeror will be required to provide all services necessary for the development of engineering products, to include but not limited to topographic, hydrographic (both multi-beam and single beam), LiDAR, planimetric, cadastral, easement and right-of-way location, and ALTA/ACSM surveys. Orders for control surveys will be required, which may include GPS vertical surveys that conform to the National Geodetic Survey (NGS) Blue Book specifications. The work consists primarily within the boundaries of the USACE New Orleans District but can include work for other Districts in the MVD area of operations. The A-E firm shall mobilize crews and resources to work sites requiring no more than a one-day mobilization period, consideration will be given for work outside of the USACE New Orleans District area of operations. The work is frequently requested to be (performed in austere and extreme conditions e.g., tropical climate, swamps, marshes, rivers, and heavily vegetative areas. The work often requires special equipment to be used to access work sites and, equipment to clear line of sight in heavily vegetative areas. The A-E firm must have a registered Professional Land Surveyor (PLS) in Louisiana and in the state in which the work is being performed. USACE intends to award multiple task orders from these contracts with possible aggressive schedules. The purpose of this Source Sought Synopsis/RFI is to identify all business concerns with the capability to perform the services defined in the general requirements above, with the intent of assessing set-aside possibilities. In order for USACE to assess set-aside possibilities under the NAICS code specified above, interested firms shall identify their company as one or more of the following: 1) Small Business (SB); 2) the SBA 8(a) Program; 3) Historically Underutilized Business Zone (HUBZone); 4) Woman-Owned Small Business (WOSB); 5) Service-disabled Veteran-owned Small Business (SDVOSB); or 6) Large Business. All interested firms are invited to submit a capability statement of no more than eight (8) pages back and front, and no smaller than 12-point Times New Roman font. The capability statement should demonstrate the interested firm�s understanding, capability, approach, qualifications, and past experience in meeting the work requirements identified in the general requirements above. Interested firms should identify challenges and risks associated with meeting the general requirements and how the organization would minimize those risks. The Government will review the capability statement to determine if the interested firm is capable of satisfying the requirements based on its demonstrated capability, understanding, approach, qualification, and past experience as required by the requirements. Moreover, all capability statements must also include (not counting towards the 5-page limit): the name of the firm, or firms if a teaming arrangement is proposed, point of contact, phone number, address of firm(s), and the Unique Entity Identifier (UEI) number for the prime entity. Please note that a small business firm may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the tasks that the small business firm intends to perform; and the specific areas that the large business teaming partner intends to perform. Please note that at least 51% of the total cost of all services provided must be incurred by personnel of the small business firm pursuant to the FAR clause at 52.219-14 entitled �Limitations on Subcontracting�. In addition to the Capability statement, all interested firms shall complete the Attachment, Questionnaire for Sources Sought Information. The completed Attachment shall be submitted along with all other documents as required by this SOURCES SOUGHT synopsis and RFI. IMPORTANT:� Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation.� Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be emailed to Bianca Gaddison, Bianca.M.JamesGaddison@usace.army.mil no later than 2:00 p.m. Central Standard Time on 08 October 2023. USACE personnel may contact firms responding to this announcement to clarify a responder�s capabilities and other matters as part of this market research process. NOTE: A-E firms must be registered in SAM (System for Award Management) to be eligible for contract award or payment from any DOD activity. Registration requires applicants to have a Unique Entity Identifier (UEI) number. Recommend registering immediately in order to be eligible for timely award. Contracting Office Address: Attn: CEMVN-CT-E P.O. Box 60267 New Orleans, Louisiana 70160-0267 United States Primary Point of Contact: Bianca Gaddison Contracting Specialist BiancaM.JamesGaddison@usace.army.mil Phone: (504)862-2183
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2e15959786264fa180684ec9137c963a/view)
- Place of Performance
- Address: New Orleans, LA, USA
- Country: USA
- Country: USA
- Record
- SN06824861-F 20230910/230908230056 (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 |