Inactive
Notice ID:W9128A-19-Z-0005
This is a sources sought notice and is for INFORMATIONAL PURPOSES ONLY. This is NOT a request for proposals, quotations, or bids. The U.S. Army Corps of Engineers, Honolulu District, requests letters ...
This is a sources sought notice and is for INFORMATIONAL PURPOSES ONLY. This is NOT a request for proposals, quotations, or bids. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from Small Business, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZONE and/or Women Owned Small Business (WOSB) Contractors interested in providing services under an Indefinite-Delivery Architect-Engineer Services Contract (Geotechnical Engineer, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping and Land Parcel Mapping) for Miscellaneous Projects in the Pacific Region. This project will be awarded as an Indefinite Delivery Contract (IDC). This IDC will have a period of performance no more than 7 years where specific work requirements will be issued on an individual basis as a firm-fixed price task orders. The monetary capacity of this IDC is estimated at $9,900,000.00. The North American Industry Classification (NAICS) code for this project is 541370, "Surveying and Mapping." The Small Business size standard for this NAICS code is $14M annual average revenue. Firms must have primary capability in either geotechnical engineering or land surveying. The firm and/or its consultants must have capability in disciplines that include geotechnical engineering, land surveying, environmental engineering, cost estimating, and specification writing. This includes design and engineering services for structure foundations, sub-grades for roadways, pavement design, soil improvements, site grading, retaining structures, embankments, dams, and soil erosion control. Land surveying work includes cadastral and land parcel mapping; topographic mapping; control surveys; and digital terrain modeling. Aerial photography, LiDAR, and hydrographic surveys may occasionally be required. Specific computer-aided drafting (CAD) equipment, format of CAD products, and compliance with A/E/C standards will be required. Metric system will be a requirement on selected projects. If your firm is interested and capable of performing the work identified above, please provide a response to this sources sought. Interested prime contractors should submit the following: a. CAGE Code and DUNS number and expiration date in SAM.GOV. b. Size of firm (large or small), to include category of Small Business, if applicable, such as 8(a), HUBZone, SDVOSB, WOSB, etc. c. Statement of Capability (SOC) stating your firm's skills, experience, past performance, and knowledge required to perform this work. Your firm shall identify whether any work stated in the SOC was completed independently as the prime contractor or affiliated with another contractor (joint venture or subcontracted). For each project listed in the SOC, please provide a title, total contract amount, location, and project description. Limit your past performance information to three (3) projects. d. Responses shall be no longer than four (4) pages in length. Should your firm not include elements listed above, it will not be considered an adequate response. Email responses are required. Responses are to be sent via e-mail to dayna.n.matsumura@usace.army.mil and colin.k.waki@usace.army.mil no later than May 1, 2019, 2:00 p.m., Hawaii Standard Time. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov/portal/public/SAM for additional information. In addition, this sources sought is not be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered.