Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2006 FBO #1655
SOLICITATION NOTICE

R -- THE USFWS HEREBY REQUESTS PROPOSALS WITH THE INTENT OF AWARDING EIGHT (8) A/E LAND SURVEYING INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACTS IN THE NORTHEAST REGION OF THE U.S. FISH AND WILDLIFE SERVICE.

Notice Date
6/6/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Fish and Wildlife Service - R5 Contracting & General Services 300 Westgate Center Drive Hadley MA 01035
 
ZIP Code
01035
 
Solicitation Number
501816R006
 
Response Due
6/30/2006
 
Archive Date
6/6/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Fish and Wildlife Service hereby Requests Proposals for Architect and Engineering Services to provide land surveying services for our Northeast Region. We intend to issue eight (8) Indefinite Delivery Indefinite Quantity (IDIQ) Contracts with a not-to-exceed limitation of $250,000 per year and a minimum of $250 per year. We intend to issue two (2) contracts in each of the following areas: 1) Maine and New Hampshire 2) Vermont, New York, Pennsylvania and New Jersey 3) Massachusetts, Rhode Island and Connecticut 4) Virginia, West Virginia, Maryland and Delaware. State land surveying registration will be mandatory for at least one (1) experienced land surveyor of the firms selected for EACH STATE listed within the contract area as outlined above. SERVICES: Required services include the furnishing of all labor, equipment, materials and supplies to complete land surveys, prepare individual reports and plats for acquisition, marking of the tract boundaries and corner monumentation within the state listed, including but not limited to: a) state plane coordinate system controlled surveys and required monumentation of each tract; b) all necessary research, ground control and reports; c) all mapping, tract description and contract requirements will be accomplished by the contractor; d) GPS, horizontal and vertical control; e) digital mapping and photogrammetric services. The period of performance shall be October 1, 2006 through September 30, 2007 with four option years attached. EVALUATION FACTORS: All proposals shall include the following sections for Government review in the evaluation of firms in order of descending importance: 1) specific relevant qualifications of those persons listed to perform under the contract including individual licensing and experience related to the area of consideration (30%); 2) specific expertise in surveying water boundaries (littoral, riparian, navigable waters, ponds, great ponds, lakes, etc); GPS data collection and post processing experience; computer aided drafting compatible with AutoCAD Land Development Desktop and photogrammetric and aerial photo control experience (25%); 3) specific performance records on previous survey work performed for the U.S. Fish and Wildlife Service, other federal, state or local government agencies, and private industry, illustrating the quality of the firm's work and ability to meet federal and political performance schedules and cost estimates (20%); 4) specific experience and familiarity with local conditions having possible effects on scheduling, cost and complexity of contractual procedures in the areas covered by this contract (15%); 5) specific type and amount of applicable field and office equipment available for this contract (10%). Qualifications of firms will be rated by applying a numeric rating system to the evaluation factors listed above. Firms desiring consideration shall submit four (4) copies of Standard Form 330 specifying their area(s) for consideration and all other appropriate information as described above to: U.S. Fish and Widlife Service, 300 Westgate Center Drive, Hadley, MA 01035-9589, ATTN: Christal Cutler, Contracting Officer, no later than close of business on June 30, 2006. NAISC, 541370; SIC, 7389; Produce & Service Code, R404.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144855&objId=145794)
 
Place of Performance
Address: The intent is to award two contracts in each of the below areas: 1) Maine and New Hampshire 2) Vermont, New York, Pennsylvania and New Jersey 3) Massachusetts, Rhode Island and Connecticut 4) Virginia, West Virginia, Maryland and Delaware.
Zip Code: 01035
Country: US
 
Record
SN01063478-W 20060608/060606221039 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.