Closed Solicitation · DEPT OF DEFENSE
AI Summary
The U.S. Army Corps of Engineers Wilmington District is seeking to identify potential qualified firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architecture and Engineering Services, specifically in surveying, GIS, and map production. This Sources Sought Synopsis aims to assess the availability of 8(a), HUBZone, Service Disabled Veteran Owned, Economically Disadvantaged Women Owned, and Small Business firms. Responses will inform future acquisition strategies, with potential contracts covering North Carolina, Virginia, and other areas under the district's responsibility.
THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION
ANNOUNCEMENT FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.
This is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs.
The US Army Corps of Engineers Wilmington District intends to utilize this sources sought synopsis to identify potential qualified 8(a), Historically Underutilized Business Zone (HUBZone) Small Business, Service Disabled Veteran Owned Small Business, Economically Disadvantaged Women Owned Small Business (EDWOSB), and Small Business firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect and Engineering Services to perform surveys, GIS and the associated production of maps as well as CADD and GIS products.
The primary geographic area covered by this contract encompasses the US Army Corps of Engineers – Wilmington District, which includes the states of North Carolina and Virginia. However, could also be used within any location in the United States that falls under Wilmington District’s Area of Responsibility. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Governments best interest.
This is not a solicitation but Sources Sought only.
Should a future requirement(s) evolve from this preliminary planning purpose, the Government intends to issue a Solicitation Notice and award a minimum of three (3) Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contracts that cover all the required elements of this notice with a total estimated value of $6 million. The contract term will be a base year and four one-year option periods.
The primary tasks anticipated under this contract include work consisting of multiple types of surveys and the associated production of maps as well as CADD and GIS products. These surveys consist of topographic, hydrographic, boundary, precise alignment/deformation surveys, UAS surveys (photogrammetric and Lidar) and construction staking as well as GIS services including mapping, analysis, geodatabase development, and application development. A variety of software may be utilized, design services and deliverable requirements will be developed using ERDC/ITL SR-24-3 A/E/C CADD Standard, Release 6.2.
The successful contractor to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed above.
The task order projects will vary in magnitude. The NAICS code for this proposed procurement is 541370 Engineering Services small business size standard is $19,000,000.00.
A small business prime will be required to comply with FAR 52.219-14 which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended by employees of the concern or similarly situated entities. Provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract.
After review of the responses submitted, a solicitation announcement will be on www.sam.gov if the Government intends to continue with the procurement.
SUBMISSION REQUIREMENTS:
It is requested that interested firms submit to the contracting office a brief Statement of Capabilities demonstrating their ability to meet and execute the requirements as set forth above and address the following questions:
A Statement of Capabilities (SOC) submittal is required. The SOC will determine the feasibility and/or basis for the Government’s decision to proceed with acquisition. Interested firms must submit a SOC, which describes in details the firm’s capability of providing the described services.
Provide your ability to meet the qualifications described above relative to your firm/team. Provide business name, address, point of contact, telephone number, email address; UEI Number, Cage Code number, and socioeconomic category for NAICS code 541370, indicating whether you are a small
business, small disadvantage business, woman-owned business, etc. and business site, average number of employees of the concern, and average annual receipts based on the last 3 fiscal years.
Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent projects (minimum of three and maximum of five), which demonstrate an ability to meet the qualification criteria listed above.
Provide the contract number, contract type (i.e. fixed price, indefinite quantity/indefinite delivery, cost reimbursement, etc.), project value, contract value and point of contact with phone number. Indicate whether the work was performed as a prime or a subcontractor, as well as what percentage of work your firm performed. Provide by listing key personnel that participated in the projects and their responsibilities.
SUBMISSIONS SHALL BE SUBMITTED ELECTRONICALLY AND MUST BE RECEIVED AT THE OFFICE CITED NO LATER THAN 3:00P.M. EASTERN DAYLIGHT TIME ON 9 April 2025.
The submissions shall be formatted in a single spaced, 12-point font minimum and limited to 30 single sided pages (including all attachments). Responses shall be submitted to the Contract Specialist for this action Jenifer Garland at jenifer.m.garland@usace.army.mil and the Contracting Officer, Ros Shoemaker at rosalind.m.shoemaker@usace.army.mil. Any correspondence shall be directed to:
US Army Corps of Engineers – Wilmington District Contracting Division
Jenifer Garland
69 Darlington Ave
Wilmington, NC 28403
Phone: (910) 251-4134
Email: jenifer.m.garland@usace.army.mil
LATE RESPONSES WILL NOT BE ACCEPTED.
This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
The Government will not provide any briefing on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance.
ARCHITECTURE & ENGINEERING MULTIDISCIPLINE SURVEY AND MAPPING SERVICES IDIQ is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.