- Home/
- United States/
- DEPT OF THE ARMY USA/
- Overview
DEPT OF THE ARMY USA Tender
DEPT OF THE ARMY USA Tender
Costs
Summary
Indefinite Delivery Indefinite Quantity (idiq) Civil Works Design And Survey And Photogrammetric Mapping
Description
Sources Sought Synopsis for w912pp25ra009 indefinite Delivery Indefinite Quantity (idiq) Civil Works Design And Survey And Photogrammetric Mapping services Contract, Albuquerque District Usace, New Mexico this Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals 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 Synopsis Or Any Follow Up Information Requests. the U.s. Army Corps Of Engineers – Albuquerque District Has Been Tasked To Solicit And Award An Idiq Contract For Civil Works Design, Surveying, And Mapping, Primarily For A-e Studies And Design On Flood Control And Erosion Protection Projects For The Civil Works And Or Vertical Construction Programs Within The Albuquerque District Corps Of Engineers (coe) Boundaries, Which Include Southern Colorado, New Mexico And Southwest Texas. However, The Contractor May Be Required To Work Outside This Area. The Successful Firm May Be Utilized For Complete Projects Or In Support Of In-house Efforts. Services During The Construction May Include Construction Inspection, Shop Drawing Review And As-built Drawing Preparation. This Contract Will Be Solicited And Awarded In Accordance With Far Part 36 And The Brooks Act (public Law 92-582). The Type Of Set-aside Decision To Be Issued Will Depend Upon The Responses To This Synopsis. purpose Of Sources Sought the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities, And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Economically Disadvantaged Woman-owned Small Business (edwosb), And Service-disabled Veteran-owned Small Businesses (sdvosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. project Description & Experience Requirements the Anticipated Range Of Task Orders Off Of This Contract Is Between $20,000 And $500,000, With The Total Amount Of The Contract Not To Exceed $49,900,000.00. minimum Capabilities Required For This Idiq Contract For Civil Works Design Include: a/e’s Project Experience In The Areas Listed Above, With A Primary Focus On Recent Corps Of Engineers Flood Control Studies And Plans And Specifications In The Geographical Area Encompassed By The Albuquerque District Area Of Responsibility. a/e’s Experience In Rainfall/runoff Modeling, Discharge And Volume Frequency Analysis, Sediment Yield/sediment Transport Analysis, Geomorphic Assessments, Surface Water Modeling, Surface Ground Water Modeling, Running Operational Scenarios Through The Use Of Riverware® And Computer Aided Design Modeling Software, Hydraulic Design Of Flood Control Structures And Local Drainage Infrastructure To Include Trunklines, Retention, And Detention Basins, Overland And Floodplain Analysis With Inundation Mapping, Flood Hydrograph Analysis, Water Control Management, Preparing Hydrologic And Hydraulic Documentation Reports And Water Control Manuals, Performing Risk And Uncertainty Analysis, Gis Application (data Analysis And Terrain Processing) And Computer Aided Drafting Support For H&h Projects, Climate Change Evaluations, Creating Physical/computer Models, Studies/designs For Flood Control Structures, Implementation Of A Design Quality Control/quality Assurance Program, And Energy Conservation, Pollution Prevention, Stormwater And Sedimentation Reduction, The Use Of Recorded Materials And Achieving Waste Reduction. preparation Of Studies, Designs, And Plans And Specifications For Flood Control Structures (dams, Levees, Basins And Channels), Streambank Stabilization, Streambed Grade Control, Roads, Parking Areas, Bridges, Culverts And Design Of Utility Improvements Associated With Civil Works Type Projects. a/e’s Computer Capability And Experience In Using Coe Programs Including, But Not Limited To The Following, Hec-hms, Hec-ras, Gssha, Hy8, Hec-ssp, , Hec-resim, , Hec-fda, , Adh With Sediment, Riverware, Fme, Python And Other Computer Programming/coding Languages, And Esriarc Gis/qgis And Computer Aided Drafting Supporting H&h Design And Analysis (including Adherence To Current Spatial Data Standards) Is Required. Experience Using The Hec-dss (hydrologic Engineering Center Data Storage System), , And Data Storage Systems Is Desirable a/e Key Personnel Experience: The Project Manager Must Have Experience Managing “civil Works” Studies For Corps Of Engineers Projects. Firms Must Be Able To Provide Registered Professionals Assigned In The Positions: (1) Hydrologic Engineering, (2) Hydraulic Engineering, (3) Sedimentation, (4) Project Management, (5) Civil Design, (6) Geographical Information System (gis), (7) Environmental Engineering, (8) Computer Aided Drafting Experienced And The Architectural Engineering And Construction (aec) Cadd Standards, (9) Geomorphology, And (10) Land Surveying. Firms Must Be Able To Create Drawings In Autocad Civil 3d. a/e Key Personnel That Are Familiar With Corps Of Engineers Planning And Design Criteria And Policy a/e Demonstrated Capability To Accomplish Multiple Concurrent Task Orders minimum Capabilities Required For This Idiq Contract For Surveying And Photogrammetric Mapping Include: acquisition And Processing Of Aerial Lidar photogrammetric Mapping Requiring Acquisition Of Digital Aerial Photography. aerotriangulation stereo Mapping Compilation feature Extraction From Lidar orthophotography land Use And Land Cover Interpretation. creation Of Horizontal And Vertical Control Networks ground Control And Check Control For Support Of Photogrammetric And Lidar Mapping And Accuracy Validation. topographic Mapping Using Total Stations, Optical, Electro-optical Or Global Positioning System (gps) detailed Planimetric Surveys instrumentation Surveys (monitoring Of Data Points For Movement) bathymetric Surveys cadastral And American Land Title Association (alta) Surveys site And Utility Surveys To Include Both Utility Location Via Hydro/vacuum Excavation And Sewer Closed Circuit Television (cctv) Inspection. ground Penetrating Radar (gpr) geographic Information System (gis) Services May Include The Creation, Implementation, Transformation, Manipulation Of Spatial Data Supporting The Management Of Esri Geo-databases. digital 3d Data Integration Of Field Survey, Photogrammetric And Lidar safe Software’s Feature Manipulation Engine (fme) unmanned Aerial Systems (uas) Acquisition Using Imagery And/or Lidar Including Data Processing And Derivative Product Development. conventional Terrestrial Lidar mobile Based Terrestrial Lidar aerial Bathymetric Lidar handheld Based Terrestrial Lidar For Building Inspections. 1. The Firm Must Have A Asprs Certified Photogrammetrist In-house That Has Experience In Managing Large- And Small-scale Mapping Projects. 2. The Firm Must Also Be Able To Provide Professional Engineers And Professional Land Surveyor(s) Registered In New Mexico, Arizona, Colorado, And Texas. 3. The Firm Must Be Able To Provide Surveying And/or Mapping Personnel With Expertise For The Following: ground Control, Topographic, Cadastral, Instrumentation (monitoring Of Data Points For Movement), Bathymetric, Site And Utility Surveys; Aerial Imagery, Gps & Lidar Data Collection And Processing; Orthophoto Generation; Dem And Dtm Development; Analytical Aerotriangulation; Compilation; Cad; Gis; And Metadata Documentation. 4. Firms Must Be Able To Provide Survey And Mapping Data On Either Through File Transfer Protocol (ftp) Or By Portable Hard Drives Directly That Are Readable Autodesk Autocad Software, And Esri Products. 5. Firms Must Be Familiar With Latest Versions Of The Us Army Corps Of Engineers Spatial Data Standards For Facilities, Infrastructure, And Environment (sdsfie), The Aec Cadd Standards. 6. Firms Must Be Able To Provide Federal Geographic Data Committee (fgdc) Compliant Metadata. the North American Industry Classification System Code For This Procurement Is 541330 Which Has A Small Business Size Standard Of $25.5 Million. The Standard Industrial Code Is 8712 And The Federal Supply Code Is C1ka. small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting That They Must Perform At Least 50% Of The Cost Of The Contract, Not Including The Cost Of Materials, With Their Own Employees For General Services-type Procurement. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought Synopsis. both English And Metric Systems Of Measurement May Be Utilized. This Contract Will Be Solicited And Awarded In Accordance With Far Part 36 And The Brooks Act (public Law 92-582). The Type Of Set-aside Decision To Be Issued Will Depend Upon The Responses To This Synopsis. The Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Woman- Owned Small Business (wosb), Economically Disadvantaged Woman-owned Small Business (edwosb), And Service-disabled Veteran-owned Small Businesses (sdvosb). anticipated Solicitation Issuance Date Is On Or About 20 August 2025 And The Estimated Proposal Due Date Will Be On Or About 30 September 2025. The Official Synopsis Citing The Solicitation Number Will Be Issued On Sam.gov Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. instructions On Submission Of Responses To This Sources Sought firm's Response To This Synopsis Shall Be Limited To 10 Pages And Shall Include The Following Information: 1. Firm's Name, Address, Point Of Contact, Phone Number, And E-mail Address. 2. Firm's Experience On Projects Of Similar Magnitude That Include The Planning Studies Listed In This Sources Sought Notice (include Firm's Capability To Execute Comparable Work Performed Within The Past 5 Years: 2a. Brief Description Of The Project, Customer Name, Timeliness Of Performance, Customer Satisfaction, And Dollar Value Of The Project) - Provide At Least 3 Examples. 3. Firm's Experience With The Six (6) Listed Minimum Capabilities Included In This Sources Sought Notice 4. Firm's Business Size - Lb, Sb, 8(a), Hubzone, Sdvosb, Ewosb/wosb 5. Firm's Joint Ventures (existing), Including Mentor Protégés And Teaming Arrangement Information Is Acceptable procurement Integrated Enterprise Environment (piee) all Prospective Offerors And Their Subcontractors Must Be Registered In The System For Award Management (sam - Www.sam.gov) And The Piee Website To Be Able To Download Solicitation Information. solicitation Documents, Plans, And Specifications Are Only Available To Be Download From Piee, Which May Be Accessed At Https://wawf.eb.mil Or Https://piee.eb.mil Or Https://piee.eb.mil/xhtml/unauth/home/login.xhtml. registration Should Be Completed One (1) Week Prior To The Anticipated Solicitation Release Date. Usace Will Not Notify Offerors Of Any Changes To The Solicitation; Offerors Must Monitor Piee And Sam For The Solicitation To Be Posted, And For Any Posted Changes Or Amendments. copies Of The Solicitation And The Solicited Plans And Specifications Will Be Made Available For Inspection Without Charge After The Solicitation Is Released, When Accessed Through Piee. interested Firm’s Shall Respond To This Sources Sought Synopsis No Later Than 16 May 2025, 2:00pm Mst. All Interested Firms Must Be Registered In Sam To Be Eligible For Award Of Government Contracts. email Your Response To Robert Mcpherren At Robert.j.mcpherren@usace.army.mil. firms Responding To This Sources Sought Notice Who Fail To Provide All Of The Required Information Requested Will Not Be Used To Assist The Government In The Acquisition Decision, Which Is The Intent Of This Sources Sought Notice. if Inadequate Responses Are Received, This Solicitation May Be Issued For Full And Open Competition.
Contact
Tender Id
W912PP25RA009Tender No
W912PP25RA009Tender Authority
DEPT OF THE ARMY USA ViewPurchaser Address
-Website
beta.sam.gov