Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2006 FBO #1798
SOLICITATION NOTICE

R -- IDAHO CADASTRAL SURVEY SERVICES - STATEWIDE

Notice Date
10/27/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-BC NATIONAL BUSINESS CENTER* BC664 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NDR070001
 
Response Due
11/28/2006
 
Archive Date
10/27/2007
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Land Management (BLM) is seeking Architect-Engineer (A-E) services under Indefinite Delivery-Indefinite Quantity (IDIQ) contract(s) to execute boundary surveys and related services for the BLM in the State of Idaho. Surveys under these contracts will be conducted under the BLM's federal survey authority for the identification of boundaries of federal or trust lands and other administrative purposes. ***** The scope of work performed may include: (1) retracements, surveys, dependent resurveys, subdivision of section surveys, including three-mile method of subdivision, within the Public Land Survey System, and/or metes and bounds surveys, homestead entry surveys, mineral surveys, the meandering of bodies of water, and posting and marking boundary lines, (2) the search for and evaluation of records, (3) the search for and evaluation of collateral and physical evidence, (4) field data collection and measurements, (5) documentation of corner point establishment or (re)establishment, and monumentation, (6) preparation and submission of field tablets, reports, draft field notes, and preliminary plats, (7) marking and posting of true line. Interested vendors must be architectural and engineering or Land Surveying firms. The required discipline is Professional Land Surveying Services with additional related support disciplines. Field Supervisors must be Registered Land Surveyors, in the State of Idaho with a current license in good standing. The contractor must provide all labor, materials, equipment, transportation, subsistence, and other resources necessary to perform all work set forth in the Statement of Work. ***** Defined Geographic Areas and guaranteed minimum and maximum for each area. The guaranteed minimum, expressed in dollars, is the minimum value of work that the BLM will order during the life of the contract. The maximum, also expressed in dollars, is the total value of all work that could be ordered by the BLM during the life of the contract. Area 1) Kootenai, Shoshone, Benewah, and Latah Counties. The guaranteed minimum over the life of the contract shall be $15,000. The maximum amount for the life of the contract awarded shall not exceed $1,500,000. Area 2) Boundary and Bonner Counties. The guaranteed minimum over the life of the contract shall be $5,000. The maximum amount for the life of the contract awarded shall not exceed $500,000. Area 3) Nez Perce, Lewis, Idaho, and Clearwater Counties, and that portion of Latah County on the Nez Perce Indian Reservation. The guaranteed minimum over the life of the contract shall be $60,000. The maximum amount for the life of each contract awarded shall not exceed $6,000,000. Area 4) Custer and Lemhi Counties. The guaranteed minimum over the life of each contract shall be $2,500. The maximum amount for the life of the contract awarded shall not exceed $250,000. Area 5) Bannock, Bingham, Caribou, Power, Onieda, Franklin, and Bear Lake Counties. The guaranteed minimum over the life of the contract shall be $30,000. The maximum amount for the life of the contract awarded shall not exceed $3,000,000. Area 6) Owyhee, Elmore, and Boise Counties. The guaranteed minimum over the life of the contract shall be $5,000. The maximum amount for the life of the contract awarded shall not exceed $500,000. ***** The following evaluation criteria, listed in descending order of importance, will be used in the evaluation of prospective firms. ***** (1) PROFESSIONAL QUALIFICATIONS: Demonstrated ability to provide qualified personnel with boundary survey experience in the Public Land Survey System (PLSS). Personnel will be evaluated based upon type of experience, professional licensing, knowledge of the Public Land Survey System (PLSS), level of formal education, and amount of continuing education. Greater consideration will be given to those contractors who have a Licensed Land Surveyor with a minimum of five years experience with surveys of the Public Land Survey System within the geographic area(s) considered. Provide resumes of licensed Land Surveyors and key personnel to include all Public Land Survey System surveying experience, and any prior BLM and/or U.S. Forest Service cadastral survey experience as an employee or contractor, for the last 5 years. ***** (2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN PROVIDING LAND SURVEY SERVICES WITHIN THE PUBLIC LAND SURVEY SYSTEM. Demonstrated specialized experience and technical competence in completing Public Land Survey System (PLSS) surveying projects in rural or rural/urban interface areas. Demonstrated knowledge of the geodetic aspects of the Public Land Survey System datum and technical competence necessary to conduct the following: real-time kinematic and static Global Positioning System surveys, least squares network adjustments of both GPS and conventional survey data, software for specialized computations in the PLSS such as Cadastral Measurement Management (CMM) software, Microsoft Word, Autodesk AutoCAD, etc. Description of quality control processes used by the firm and the project management approach to be use to perform survey services within the Public Land Survey System. Attach three filed survey plats or Records of Survey and three Certificates of Perpetuation and Filing (corner record forms ) as example projects, which illustrate Public Land Survey System surveys and/or section subdivisions performed in the last five years by key personnel. Include the number and location of standard, three-mile method, fractional, and elongated sections subdivided, miles of section boundaries dependently resurveyed, and number of Public Land Survey System boundary corners monumented or remonumented. **** (3) KNOWLEDGE OF THE GENERAL GEOGRAPHICAL AREA: Demonstrated professional knowledge of the geographical area(s) of concern, the ability to successfully perform survey projects in the geographic area(s) being proposed, and the ability to logistically handle project(s) if awarded contracts in more than one geographic area. This includes demonstrated knowledge of the survey history (local and government), knowledge of local survey records access and where they are maintained (recorded or non-recorded), in the geographic area. Greater consideration will be given to firms located in, or within 50 miles of the perimeter of, the geographic area for which they wish to be considered. ***** (4) CAPACITY: Demonstrated ability to provide a sufficient amount of capital and personnel and survey equipment, including survey grade GPS equipment, to successfully complete various sized projects in the required time. Greater consideration will be given for the amount of successfully completed previous Government contracts over $25,000.00, the ability to provide an adequate amount of qualified personnel to complete projects within scheduled parameters, the ability to fully equip personnel, and the flexibility to supply additional qualified personnel. ****(5) PAST PERFORMANCE ON PREVIOUS CONTRACTS WITH RESPECT TO TIME, COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH ESTABLISHED PERFORMANCE SCHEDULES: Provide details on the 5 most recent cadastral survey projects that have been completed, to include contact information of the person most familiar with the contractor's performance. *****(6) SUPPLEMENTAL DATA: Includes resumes, professional licenses, certificates of continuing education, transcripts, affidavits, percentages of time that key personnel will be made available, copies of final plats performed illustrating Public Land Survey System (PLSS) type survey projects (gaps, overlaps, original surveys, retracements, resurveys, and subdivision of sections), contact information for key personnel from previous projects or contracts; a narrative detailing logistical concerns, solutions, and the ability to cope with the geographical characteristics and challenges; and any other narratives that may provide the BLM an opportunity to gain insight on the character, performance, and expertise not gained from standard documents. Submission of office brochures is encouraged only to the extent that they graphically (via drawings and photographs) substantiate the work specifically described on the SF-330. Failure to provide supplemental data may disqualify any firm from further consideration. ***** The Government anticipates single awards in geographic areas 1, 2, 4, 5, and 6. Multiple awards are anticipated in geographic area 3. One firm may be awarded a contract in more than one geographic area. Firms must clearly indicate each geographic area for which they wish to be considered. Work shall be performed under task orders that definitize the scope of services for each specific project. The term of each contract will be one base-year with four one-year options. ****All interested, qualified firms are invited to submit an original and one copy of a letter of interest, and a completed Standard Form 330 with supplemental data. Submit all documents to: Bureau of Land Management, Bldg. 50 - Denver Federal Center, Denver, Colorado 80225, Attn: Denise Bickler, Contracting Officer. Responses must be received not later than 4:00 P.M. Mountain Standard Time, November 28, 2006, in order to be considered for selection. Contractors must be registered or update their registration at the Central Contractor Registration website at http://www.ccr.gov in order to facilitate award of a contract. Contractors should also register or update their registration at the Online Representations and Certification Application website at http://orca.bpn.gov/.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1188775)
 
Place of Performance
Address: Statewide Idaho
Zip Code: 83709
Country: USA
 
Record
SN01172224-W 20061029/061027220733 (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.