SOURCES SOUGHT
99 -- SATOC for LiDAR, Aerial Photography and Topographic, Aerial, Cadastral, General Survey Services
- Notice Date
- 1/31/2024 2:17:40 PM
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
- ZIP Code
- 10278-0004
- Solicitation Number
- W912DS24S0023
- Response Due
- 2/16/2024 11:00:00 AM
- Archive Date
- 03/02/2024
- Point of Contact
- Monica Coniglio, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
monica.n.coniglio@usace.army.mil, nicholas.p.emanuel@usace.army.mil
(monica.n.coniglio@usace.army.mil, nicholas.p.emanuel@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT�SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications to perform A-E services for surveying and mapping. Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov. The Government is seeking qualified, experienced sources capable of performing a full range of LiDAR/Aerial Photography 80% and Topographic/Aerial/Cadastral/General Survey Services 20% Within the New York District Boundaries and other Corps of Engineers Locations within North Atlantic Division/MSC Boundaries. Responses should include specialized experience and technical competence in the following: � 1. Demonstrate the ability to provide a full range of surveying and mapping services within the North Atlantic Division. 2. Demonstrate ability to establish horizontal and vertical control of Second Order Class II as required 3. The firm must demonstrate they have sufficient staff and equipment to be able to perform at least eight task orders simultaneously throughout the North Atlantic Division geographic area. 4. The firm must demonstrate the ability to support Lidar and Arial Photogrammetry from multiple platforms in air, land, and sea. 5. Demonstrate the ability to use the New York District current CADD standards: Bentley 2020 MicroStation CONNECT Edition, Update 16, Version 10.16.03.11 (or latest version) & Open Road Designer (ORD) for volumes computations. 6. Demonstrate the ability to use the New York District Coastal Oceanographic HYPACK 2023 Q2 Release 64-Bit Version 22.2.3(or latest version) for field data collection. 7. Demonstrate the ability to use CADD and their conformity with Architecture/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standard, Release 2 (or latest version) 8. Demonstrate the ability to collect survey data electronically and the capability of providing acceptable data formats. 9. The reference grid system will be State Plane Coordinates Systems in NAD 83. Hydrographic surveys must conform to Class 1 criteria as defined in EM1110-2-1003 (Hydrographic Surveying). 10. Demonstrate the ability to collect surveys in support of Beach Restoration and monitoring, as well as Jetty rehabilitation and construction. 11. The A-E�s proposal must list both field and office equipment. 12. The firm must demonstrate that its equipment and personnel are capable of producing accuracy standards defined in EM-110-2-1003 for new work construction. 13. The firm must demonstrate its ability to meet patch and performance standards as defined in EM-1110-2-1003. The associated North American Industry Classification System (NAICS) codes for this notice is 541370 � Surveying and Mapping (except Geophysical) Services. It is anticipated that the A-E services will be procured from a Single Award Task Order Contract (SATOC). The contract length will be a maximum of 5 years. The total contract capacity will not exceed $8,000,000. All interested, capable, qualified, and responsive AE firms are encouraged to reply to this announcement. The Government is requesting that interested AE firms furnish the following information: Company name, address, point of contact, telephone number, and e-mail address. Geographical areas in which you are capable of servicing. State whether or not your firm and its employees currently have a security clearance, and if so, what level. State whether or not your firm and its employees currently have a security clearance, and if so, what level.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f7f8a19dbe8f4c419b9bc13a1d4155e1/view)
- Place of Performance
- Address: New York, NY, USA
- Country: USA
- Country: USA
- Record
- SN06951530-F 20240202/240131230052 (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 |