PHOTOGRAMMETRIC AND LiDAR SURVEYING AND MAPPING SATOC
ID: W9127N24R0042Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING (C211)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE), Portland District, is soliciting proposals for a Single Award Task Order Contract (SATOC) for Photogrammetric and LiDAR Surveying and Mapping Services under Solicitation Number W9127N24R0042. The contract, valued at $5 million and spanning five years, aims to provide high-resolution topographic and bathymetric surveys utilizing advanced remote sensing technologies, including aerial photography and hydrographic surveying. This initiative is crucial for supporting various infrastructure and environmental projects within Oregon and Southwest Washington, ensuring adherence to strict quality and procedural standards. Interested firms must submit their qualifications, including the required SF 330 forms, by 2:00 PM Pacific Time on 9 October 2024, with inquiries directed to the designated contacts, Kristel Flores and Andrea Smothers, via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed to evaluate a contractor's performance on federal contracts. The form collects detailed information from both the contractor and the client, aiming to assess the contractor’s efficacy in fulfilling contractual obligations. Key sections include contractor identification, project details, performance complexity, client description, and a comprehensive evaluation of quality, schedule compliance, customer satisfaction, management practices, cost management, safety, and general compliance. Clients must rate contractor performance using adjective ratings from "Exceptional" to "Unsatisfactory" across several categories, including quality, timeliness, management, and safety. Additional remarks and overall ratings are also required. The questionnaire serves as a pivotal tool for the government to verify contractor qualifications and past performance in relation to future RFPs, grants, and procurement. This form contributes to an objective assessment framework essential for ensuring effective contractor selection in governmental projects, promoting transparency, accountability, and performance-based decision-making within the federal contracting process.
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a Single Award Task Order Contract (SATOC) for Photogrammetric and LiDAR Surveying and Mapping Services under Solicitation Number W9127N24R0042. The IDIQ contract, with a capacity of $5 million over five years, will employ remote sensing technologies for topographic and bathymetric surveys. Key tasks may include aerial photography, LiDAR data collection using various aircraft, and hydrographic surveying to support the USACE mission within designated locales. Selection will emphasize specialized experience, professional qualifications of key personnel, relevant past performance, capacity to manage concurrent tasks, and knowledge of local conditions. The submission deadline for interested firms is 9 October 2024, and participation is open to all businesses. Inquiries must be submitted through ProjNet-BidSM, with a cutoff for questions set on 1 October 2024. The goal is to identify qualified firms capable of meeting the survey needs within Plymouth and Safeguarding standards, reflecting commitment to quality and compliance throughout the project lifecycle.
    The document outlines the work required for photogrammetric and LiDAR surveying and mapping services for the U.S. Army Corps of Engineers (USACE). The contractor is expected to provide all necessary resources, including labor and equipment, to ensure high-quality and timely completion of services across various project sites within the Northwestern Division. Key services include aerial photography, photogrammetry using manned and unmanned aircraft, and hydrographic and land surveying, all adhering to specific accuracy and quality control standards. The document details requirements for aircraft operations, including equipment standards, flight conditions, and operational procedures while emphasizing the importance of precise navigation technologies. There are rigorous specifications for data accuracy, control surveys, and deliverable formats ranging from digital terrain models to CAD files. The guidelines also outline LIDAR data collection methods and hydrographic survey standards, incorporating compliance with U.S. Geological Survey benchmarks. This comprehensive service contract underscores the government's commitment to utilizing advanced surveying technology while adhering to strict procedural and quality standards in a diverse range of mapping projects.
    The U.S. Army Corps of Engineers (USACE) Portland District is seeking proposals for a Single Award Task Order Contract (SATOC) for Photogrammetric and LiDAR Surveying and Mapping. This indefinite delivery indefinite quantity (IDIQ) contract is valued at $5 million and spans five years, focused on high-resolution topographic and bathymetric surveys. The work will involve diverse remote sensing technologies, including aerial photography and hydrographic surveying, supporting various projects relevant to USACE's mission. Selection criteria prioritize specialized experience, technical competence, professional qualifications of key personnel, past performance, and capacity to manage concurrent task orders. Criteria specifically seek firms with proven expertise in both photogrammetry and LiDAR, as well as a strong track record in relevant projects. Firms interested in this opportunity must submit their qualifications by 9 October 2024, with all submissions to adhere to specific requirements outlined in the document. The contract aims to support infrastructure and environmental projects within Oregon and Southwest Washington, showcasing USACE's commitment to leveraging advanced surveying technologies for comprehensive data integration and analysis.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Survey and Mapping A-E IDIQ/SATOC, US Army Corps of Engineers (USACE) Los Angeles District (SPL),
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) Los Angeles District is seeking qualified small business architect-engineer firms to provide Survey and Mapping services through a Single Award Task Order Contract (SATOC). The contract, valued at $8 million, will support various A-E services within the South Pacific Division, including aerial mapping, hydrographic surveying, and coastal engineering studies, with an emphasis on timely responses to contingency operations and natural disasters. These services are critical for ensuring accurate surveying and mapping for navigation and shore protection projects in Southern California and beyond. Interested firms should contact Raj Cooper at raj.cooper@usace.army.mil or Carlos Antonio at carlos.f.antonio@usace.army.mil for further details.
    Architect/Engineer Services for one (1) Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity in support of roof and building envelope design, evaluation, and analysis services in support of Louisville District customers.
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms to provide comprehensive roof and building envelope design, evaluation, and analysis services under a Single Award Task Order Contract (SATOC) with a maximum cumulative value of $15 million. The contract, which spans five years, will focus on various architect-engineer services primarily for roofing and building envelope repair and replacement for Army Reserve projects nationwide, including U.S. territories. The selected firm will be responsible for producing designs, conducting site assessments, and managing construction-related activities, with individual task orders estimated between $150,000 and $6 million. Interested firms must submit their qualifications and past performance questionnaires by 2:00 PM Eastern on October 7, 2024, and can direct inquiries to Alex Hamilton at alex.j.hamilton@usace.army.mil or by phone at 502-315-6252.
    Topographic Survey MATOC for Savannah District
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for a Topographic Survey Multiple Award Task Order Contract (MATOC). This procurement aims to secure surveying and mapping services, which are critical for various engineering and construction projects within the district. The contract is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested parties must submit their proposals by September 20, 2024, at 4:00 PM, and can direct inquiries to Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil or by phone at 912-652-5900.
    Bonneville Spillway Rock Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the Bonneville Spillway Rock Mitigation project, which involves constructing two concrete barriers on the spillway apron of the Bonneville Dam in Oregon. The primary objective is to mitigate rock accumulation that damages the existing infrastructure, requiring underwater construction techniques and adherence to environmental controls during the specified in-water work period from November 1 to February 28. This project is critical for maintaining the structural integrity of the dam and ensuring effective water management, with an estimated construction cost exceeding $10 million. Interested parties must submit their responses to the Sources Sought notice by October 31, 2024, to the designated contracting officials, Kristel Flores and Andrea Smothers, via email.
    Market Research- Planning Services SATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small business architect-engineering firms to provide planning services under a Single Award Task Order Contract (SATOC) for various civil works studies, primarily focused on flood risk management, coastal storm damage reduction, navigation, and ecosystem restoration within the New York District. The selected firm will be responsible for delivering a range of architect-engineering services, including reconnaissance and feasibility reports, technical support tasks, and compliance with National Environmental Policy Act (NEPA) requirements, with a contract value not exceeding $9.9 million over a maximum duration of 60 months. This procurement is critical for enhancing the Corps' capabilities in managing water resources and environmental challenges in the region. Interested firms must submit their qualifications, including a comprehensive SF330 form and past performance questionnaires, by September 27, 2024, to the designated email address, with the contract anticipated to be awarded in March 2025.
    Bonneville Headgate Repair Pit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from potential contractors for the Bonneville Headgate Repair Pit project at Bonneville Dam, located in Oregon. The primary objective is to rehabilitate the headgate repair pit to ensure a safe and efficient work environment for maintenance activities, including corrosion repair and component replacements, while adhering to industry standards such as ASHRAE and OSHA. This project is crucial for maintaining the operational integrity of the Bonneville Powerhouse, which plays a significant role in the Federal Columbia River Power System. Interested firms must submit their responses by October 15, 2024, with an estimated construction cost between $5 million and $10 million, and are encouraged to contact Kristel Flores or Andrea Smothers for further details.
    Mt. St. Helen's Sediment Retention Structure Crest Raise
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the "Mt. St. Helen's Sediment Retention Structure Crest Raise" project located in Toutle, Washington. This sources sought notice aims to gather information on the capabilities and qualifications of potential contractors for a Firm-Fixed Price (FFP) contract to raise the crest of the Sediment Retention Structure on the North Fork Toutle River, which is critical for managing sediment flow and maintaining levee protection in the region. The project involves significant construction activities, including mobilization, river diversion, rock excavation, and concrete placement, with an estimated construction value exceeding $10 million. Interested firms must submit their responses by 12:00 PM Pacific Daylight Time on September 20, 2024, to Andrew Sprys at andrew.j.sprys@usace.army.mil, including relevant experience and qualifications.
    Architectural-Engineering (A-E) Services for General Engineering and Design Services for Various Locations within the Corps of Engineers North Atlantic Division Boundaries
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified Architect-Engineer (A-E) contractors to provide General Engineering and Design Services primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The procurement aims to establish an unrestricted multiple award task order contract (MATOC) with a capacity ranging from $100 million to $180 million, focusing on larger and more technically complex projects exceeding $20 million. This initiative is crucial for enhancing project efficiency and contractor engagement in significant development and engineering endeavors. Interested firms must submit a capabilities package by October 18, 2024, to Contract Specialist Brian Mannion at brian.t.mannion@usace.army.mil, as this notice serves to assess industry interest and capabilities in preparation for a future solicitation.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the US Army Corps of Engineers (USACE) New York District (NAN).
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) New York District is conducting a Sources Sought Announcement for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at facilitating construction, renovation, and repair projects at military and federal facilities primarily within New York and New Jersey. This procurement seeks to gather information from both small and large businesses to assess interest and capabilities for executing Design-Build and Design-Bid-Build projects, with anticipated task orders ranging from $10 million to $100 million. The MATOC will encompass a variety of projects, including environmental restoration and infrastructure improvements, with a total shared capacity estimated between $250 million and $495 million over a five-year period. Interested contractors should submit their capabilities packages to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil, with the solicitation expected to be issued around Q1 2025.
    Lidar Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of Lidar equipment, with a focus on Trimble brand instruments, to enhance subsurface utility locating and surveying capabilities. The Request for Proposal (RFP) outlines the need for various ground penetrating radar (GPR) systems and scanning packages, including the LMX200 Enhanced System and the Trimble SX12, which are critical for accurate data collection in government projects. This procurement is particularly significant for ensuring compliance with federal guidelines and improving the efficiency of utility identification and terrain surveying operations. Interested vendors, especially Women-Owned Small Businesses, should direct inquiries to Jason Rice at jason.rice.27@us.af.mil or call 541-885-6496, with a target delivery date set for November 29, 2024.