New York Bids > Bid Detail

SATOC for LiDAR, Aerial Photography and Topographic, Aerial, Cadastral, General Survey Services

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD00159897262291618
Posted Date: Nov 1, 2023
Due Date: Nov 7, 2023
Source: https://sam.gov/opp/c37f1a5b32...
Follow
SATOC for LiDAR, Aerial Photography and Topographic, Aerial, Cadastral, General Survey Services
Active
Contract Opportunity
Notice ID
W912DS24S0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NEW YORK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 01, 2023 01:10 pm EDT
  • Original Published Date: Oct 23, 2023 01:17 pm EDT
  • Updated Response Date: Nov 07, 2023 02:00 pm EST
  • Original Response Date: Nov 07, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Nov 22, 2023
  • Original Inactive Date: Nov 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541370 - Surveying and Mapping (except Geophysical) Services
  • Place of Performance:
    New York , NY 10278
    USA
Description

W912DS24S0006



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 of various members of the Small Business (SB) community to perform A-E services for surveying and mapping, to include:




  1. Section 8(a) Program.

  2. Historically Underutilized Business Zone (HUBZONE) small business.

  3. Service-Disabled Veteran-Owned Small Business (SDVOSB).

  4. Small Business under the standard of $19 million in average annual receipts for NAICS Code 541370.

  5. Economically Disadvantaged Women-Owned Small Business (EDWOSB).



Responses are restricted to U.S. firms that are established and registered in the System for Award Management (SAM), www.sam.gov .



For 8(a), HUBZONE, WOSB, and EDWOSB, firms must be certified by the Small Business Administration (SBA).



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 two task orders simultaneously.

  4. Demonstrate the ability to use the New York District current CADD standards: Bentley 2020 MicroStation Release 3 - Version 10.09.00.91 and CONNECT & Open Road.Designer (ORD) for volumes computations.

  5. Demonstrate the ability .to use the New York District Coastal Oceanographic. HYPACK 2021 64-Bit Version 1.21 for field data collection.

  6. 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)

  7. Demonstrate the ability to collect survey data electronically and capability of providing acceptable data formats.

  8. 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).



The associated North American Industry Classification System (NAICS) codes for this notice is 541370 – Surveying and Mapping (except Geophysical) Services, which carries a small business size standard of $19 million average gross annual receipts.



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 $5,000,000.



All interested, capable, qualified and responsive members of the Small Business Community are encouraged to reply to this announcement. The Government is requesting that interested members of the Small Business Community furnish the following information:




  1. Company name, address, point of contact, telephone number, and e-mail address

  2. Type of Small Business Community member: 8(a) Program, HUBZONE small business, Service-Disabled Veteran-Owned small business (SDVOSB), or Small Business under the size standard for the North American Industry Classification System (NAICS) code 541370, and Economically Disadvantaged Women-Owned Small Business.

  3. Identify servicing Small Business Administration district office.

  4. Geographical areas in which you are capable of servicing.

  5. State whether or not your firm and its employees currently have a security clearance, and if so, what level.



Responses must be received no later than 2:00 PM ET on 07 November 2023 to receive consideration. Responses shall be sent as PDF documents to: monica.n.coniglio@usace.army.mil




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300
  • NEW YORK , NY 10278-0004
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >