ARCHITECT-ENGINEER SERVICES CONTRACT FOR HYDROGRAPHIC AND FIELD SURVEYING AND RELATED SERVICES, USACE -ST. LOUIS DISTRICT
This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. This announcement seeks information from industry on capability, qualifications, and availability of potential... This is a SOURCES SOUGHT SYNOPSIS and is for informational/market research purposes only. This announcement seeks information from industry on capability, qualifications, and availability of potential certified SMALL and LARGE business contractors approved under NAICS Code 541370 that are interested in proposing on an Indefinite Delivery/ Indefinite Quantity (IDIQ) contract for Architect and Engineering Services for the U.S. Army Corps of Engineers (USACE) - St Louis District (MVS) to provide hydrographic and field surveys and related services. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION /REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The official synopsis for a proposed contract action, citing the solicitation number, will be issued on Federal Business Opportunities (www.fbo.gov) and will provide information on what is to be submitted. The Government must ensure there is adequate competition among the potential pool of responsive contractors and the type of solicitation to be issued will depend upon the responses to the Sources Sought/Market Research. Award will be based on selection of the most highly qualified firm(s) in accordance with A-E Brooks Act procedures as implemented by FAR 36.6 and supplements thereto. The St Louis District anticipates and intends to award up to four (4) IDIQ contracts for five (5) years. The anticipated capacity of the resulting IDIQ Contract(s) is anticipated to be $5M-$7M with a total combined capacity of $20M. The estimated minimum task order amount is $3,000, the estimated average task order is $50,000 - $75,000, and the maximum task order amount will not exceed the contract amount. Contracts awarded as a result of this announcement will be administered by St Louis District and, if requested, for other Corps of Engineers Districts. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541370. Small Business Size Standard for this acquisition is $15 Million average annual receipts over three years. Small Business firms are reminded FAR 52.219-14 (c) (1) - Limitations on Subcontracting, requires at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. LOCATION OF SERVICES: Place of performance will be primarily within the geographical boundaries of the Saint Louis District (MVS) and firms may be required to be mobilized and having commenced work at the project sites in the MVS no later than twenty-four (24) hours. The Government may, at its discretion, award work in other geographical boundaries within the continental United States. Work may be performed to support other Federal agencies. DESCRIPTION OF SERVICES: The primary work under this contract will be 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, dated 30 November 2013 and topographic survey work and mapping as outlined in U.S. Army Corps of Engineers Control and Topographic Manual EM 1110-1-1005, dated 1 January 2007. To be rated as qualified, firms must have specialized experience in high resolution underwater mapping and scanning (hydro-survey, bathymetric, and hydrographic) and the ability to be mobilized and having commenced work at the project sites in the St Louis District (MVS) no later than twenty-four (24) hours with a properly equipped survey vessel capable of being operated safely on the main stem of the Mississippi River in all weather conditions and river stages. Typical services required will utilize fully automated systems with the capability of position by use of Real Time Kinematic (RTK) and/or Virtual Reference System (VRS). Typical surveys required may include hydrographic surveys, topographic surveys, dredge material measurement and payment surveys, high accuracy dam deformation monitoring surveys, construction layout surveys, geodetic control (horizontal and vertical) surveys, river/harbor project clearance, underwater hazard detection, aerial photo control surveys, field data processing and survey adjustments, location surveys, planimetric surveys, boundary and cadastral surveys, and terrestrial laser scanning. SUBMISSION CONTENT: Your firm's response to this Sources Sought synopsis/Market Research request shall be limited to ten (10) 8-½ X 11 inch pages with a font no smaller than "10" in either Times New Roman or Courier New, and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in responding to the Sources Sought when it is issued. 3. Provide any information on your firm's technical abilities/capabilities, capacity, and ability to manage subcontractors to execute the services outlined in this announcement to include performance requiring professional licensed surveyors registered in the States of Missouri and Illinois. Specifically address your ability to be mobilized and having commenced work at project sites in the Saint Louis District (MVS) no later than twenty-four (24) hours with the required vessel and equipment. Include a list of available equipment and the number of years of specific experience. 4. Provide at least three (3) and no more than five (5) past performance/experience information on projects that were completed within the past five years. The past experience information should include project title; location; general description of the project to demonstrate relevance to the required services; the firm's role in the project; dollar value of contract; timeliness of performance; customer satisfaction and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). All projects submitted must be performed as the Prime contractor. (Include past contracts with USACE, if applicable.) Prior Government contract work is not required for submitting a response under this sources sought synopsis. 5. Firm's small business category and Business Size (Small Business, Historically Underutilized Business Zones (HUB-Zone), 8(a) Certified Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantaged Women-Owned Small Business (EDWOSB). Firms should be registered in System for Award Management (SAM). 6. Firm's Joint Ventures (existing), including Mentor Protégés, and teaming arrangement information is acceptable. Firms should be registered in System for Award Management (SAM). 7. Identify if you are a large business. Firms should be registered in System for Award Management (SAM). The Government requests interested firms submit one (1) copy of their capability and experience response no later than 10:00 a.m., Central Standard Time, on 11 April 2019 to Angie Grimes, St. Louis District, Corps of Engineers, via email at angie.l.grimes@usace.army.mil. Fax will not be accepted. Please direct any questions on this announcement to Angie Grimes at the above email or phone number 314-331-8965.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »