Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912BU-21-R-GEN-SURVEYS
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conduct...
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate small businesses for the following proposed contract(s): One (1) Indefinite Delivery Contract for Hydrographic Surveying Services in support of the Philadelphia District. It is estimated that most task orders will be between $100,000 and $200,000. The primary work under this contract is hydrographic survey work, which is to be performed in accordance with surveying procedures as outlined in U.S. Army Corps of Engineers Hydrographic Surveying Manual, EM 1110-2-1003. Secondary topographic and photogrammetric survey work may also be required, and is to be performed in accordance with surveying procedures as outlined in U.S. Army Corps of Engineers Control and Topographic Surveying Manual, EM 1110-1-1005. Award of an Indefinite Delivery Type contract is anticipated in June, 2022.. The Contractor must have experience in the following areas: Hydrographic Surveying methods and data processing in the near shore coastal environment, including multibeam surveys of jetties, revetments, and similar structures, and single beam surveys for beach monitoring. Land surveying and the use of RTK GPS to perform topographic surveying in the surf zone. Production of mapping, surfaces, cross sections, and data deliverables in a variety of formats. Must demonstrate ability to meet requirements in current relevant Corps of Engineers Engineer Manuals (EM). Contract duration will be 5 years. The average task order value of the work under this contract is estimated to be $100,000 (?) with a Maximum of $1,000,000.00. The total contract amount for the duration of the contract shall not exceed $6,000,000.00. NAICS for this project is 541360 & 541370 and the size standard is $16.5 million. Responses to this sources sought announcement will be used by the government to make appropriate acquisition decisions. Contractors should submit the following in response to this announcement: -Company Name -DUNS number -Cage Code -Type of business concern: large business or small business (please identify type of small business) -Statement of capability and qualifications of the organization to perform the requirement -List of similar projects/contracts worked on over the past 5 years *Information Above Shall Not Exceed 5 Pages Total * - SF 330 Part II for the prime and any subcontractors. Notice to potential contractors: All offerors who provide goods or services to the Federal Government must be registered at Beta.SAM.gov at https://beta.sam.gov/. Additionally, all Services Disabled/Veterans Owned Business or Veterans Owned Small Business must be registered with the Department of Veterans Affairs Center of Veterans Enterprise Vet Biz Registry located at https://vip.vetbiz.va.gov/ Responses shall be sent via E-Mail Peggy Grant at peggy.grant@usace.army.mil and Jamaal Edwards at Jamaal.A.Edwards@usace.army.mil no later than 6 MAR 2021 by 3:00p.m. EST. This is not a request for proposals. No other notification to firms for this project will be made.