Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2025 SAM #8741
SOURCES SOUGHT

C -- Sources Sought for Architect Engineer Indefinite Delivery/Indefinite Quantity (A/E IDIQ) for General Topographic Surveying, Mapping and Geospatial Services

Notice Date
10/30/2025 7:53:25 AM
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR26R1AUM
 
Response Due
12/1/2025 10:00:00 AM
 
Archive Date
12/16/2025
 
Point of Contact
Yubaraj Rasaily, Phone: 4438532061, Sherry Rhoden, Phone: 4438903871
 
E-Mail Address
yubaraj.rasaily@usace.army.mil, sherry.s.rhoden@usace.army.mil
(yubaraj.rasaily@usace.army.mil, sherry.s.rhoden@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SUBJECT: Sources Sought for Architect Engineer Indefinite Delivery/Indefinite Quantity (A/E IDIQ) for General Topographic Surveying, Mapping and Geospatial Services Solicitation Number: W912DR-26-R-1AUM Notice Type: Sources Sought Response Date: 1300 EST on 1 December 2025 NAICS: 541370 PSC: C219 Synopsis: This is a Sources Sought Notice and is for informational/ market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District (NAB), North Atlantic Division (NAD), is issuing a Sources Sought Announcement for a firm-fixed-price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Architect- Engineer (A/E) contract for General Topographic Surveying, Mapping and Geospatial Services to determine the interest, availability, and capability of Small Businesses, including 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned concerns. The NAICS code for the work described below is 541370 Surveying and Mapping (except Geophysical) services with a size standard of $19,000,000. Work will begin in spring 2026 and extend over a 5-year ordering period. The total contract value is estimated at $8,000,000. The contracts will be issued and awarded in compliance with the Selection of Architects and Engineers Statute (formerly the �Brooks Act�). The target award date is 30 June 2026. The location of services to be performed under this contract shall be primarily the six states in the Baltimore District�s geographical mission area (MD, VA, PA, DE, WV, and NY) and the District of Columbia. However, the location of services may be expanded if there are a sufficient number of responses indicating the interest, availability, and capability to expand to all other states and districts currently covered by the NAD's mission areas (NJ, ME, VT, MA, CT, and RI). The work involves surveying, mapping, and geospatial services which include activities associated with measuring, locating and preparing maps, charts, or other graphical or digital presentations depicting natural and man-made physical features, phenomena and legal boundaries of the earth. Task orders may also include: Topographic survey, Hydrographic survey, Aerial Survey, Photogrammetry, Cartographic Surveys and Geospatial Database development services and products. Additionally, work could include acquisition of topographic and hydrographic oriented surveying and mapping data for: design, construction, dredging, master planning, operations, as-built conditions, precise structure stability studies, property, and boundary surveys; monumentation, aerial photography; marking and posting maps, charts, and similar products for general use; and preparation of tract descriptions. Surveys will be collected utilizing conventional and electronic instrumentation, total station, photogrammetric, laser scanning, remote sensing, Global Positioning System (GPS), multi-beam and side scan sonar, sub-bottom profiling, remotely operated vehicles (ROVs), drones, and other survey methods as applicable. Geospatial attributing, scribing, drafting, printing, and dissemination of printed or digital map, chart, and related geospatial database products associated with planning, engineering, operations, and related real estate activities utilizing photogrammetric, geographic information systems, and other manual and computer assisted methods as applicable. Final products may need to be distributed and available in several different formats including (but not limited to), ASCII, Adobe PDF, and smooth sheet plots to a pre-determined scale. Specialized experience working with Differential Global Positioning Systems (DGPS); RTK GPS equipment capable of centimeter measurement accuracy, electronic total station with data collector; and CAD/GIS data processing equipment with the ability to deliver CAD drawings in AutoCAD/Civil 3D format (DWG). Work may also require aerial photography. Maps may require hard copy presentation printing in addition to hard copy ANSI D drawings. Digital submissions may require USB enabled hard drives as well as transmission through DoD approved file transfer protocol web-based services. Professional surveyor registration will be required in MD, VA, PA, DE, WV, NY and the District of Columbia either by the prime or subconsultant(s). Registration will be required in the other states within the NAD geographic area listed above should a task order be issued for one of those states. Interested firms should submit a capabilities package to include the following: Business classification (i.e., HUBZone, etc.), Staff size, Primary area(s) of contractor's expertise, Geographic areas served. Provide examples of a minimum of two (2) but no more than four (4) projects completed within the last six (6) years illustrating experience with: a. Topographic survey using RTK GPS and/or Total Station, b. Hydrographic survey using side-scan or multi-beam sonar, c. Boundary surveys, d. Real estate surveys that meet American Land Title Association (ALTA) specifications, e. Use of AutoCAD/Civil 3D for design drawing production, and f. General geospatial services as itemized above. Project narratives should include types of work designed, project references (including owner with phone number and email address), and size of projects and/or contract capacities. The Government will host a virtual industry day to support this requirement. The intent is to gather further information about this requirement and to obtain insight into A/E�s firms� unique capabilities. The date, time and details are still being solidified and once complete will be communicated via SAM.gov. Responses are required no later than 1300 EST, 1 December 2025. Responses should be addressed to yubaraj.rasaily@usace.army.mil. Responses shall be limited to ten (10) pages submitted as a single pdf file. The Government will not pay for any material provided in response to this market survey, provide an evaluation or additional information to respondents, nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this notice will be considered to be in effect for a period of one year from the date of this notice. Comments will be shared with the Government project team, but otherwise will be held in strict confidence. Contracting Office Address: Army Corps of Engineers, Baltimore District 2 Hopkins Plaza Baltimore MD 21201 Place of Performance: The location of services to be performed under this contract shall be primarily the six states in the Baltimore District�s geographical mission area (MD, VA, PA, DE, WV and NY) and the District of Columbia. Point of Contact: Yubaraj Rasaily � Contract Specialist Please e-mail your questions to US Army Corps of Engineers Contracting office at yubaraj.rasaily@usace.army.mil and sherry.s.rhoden@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/360b881021f247bf9c949741917e5dc5/view)
 
Place of Performance
Address: Baltimore, MD 21201, USA
Zip Code: 21201
Country: USA
 
Record
SN07632233-F 20251101/251030230037 (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 |
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.