SOLICITATION NOTICE
R -- Surveying Services - Solicitation Package
- Notice Date
- 3/9/2010
- Notice Type
- Cancellation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Minnesota State Office, 375 Jackson Street, Suite 600, St. Paul, Minnesota, 55101-1854
- ZIP Code
- 55101-1854
- Solicitation Number
- AG-6322-S-10-0002
- Archive Date
- 4/8/2010
- Point of Contact
- Todd R Davis, Phone: 651-602-7932
- E-Mail Address
-
todd.davis@mn.usda.gov
(todd.davis@mn.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Certificate of NRCS Conservation Cooperator. Ariel photos of all projects. Wage Determination for Yellow Medicine, Blue Earth, and Rice counties. Wage Determination for Becker and Pennington counties Statement of Work (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number AG-6322-S-10-0002 – This solicitation is issued as a Request for Quote (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-38. (iv) This is a 100% small business set aside. NAICS code 541370 -- Surveying and Mapping (except Geophysical) Services. (v) Pricing must be held for 90 calendar days after the due date for quotes listed in this notice. Line Item 001Survey for easement project 66-09-00xdx1 Job Line Item 002Survey for easement project 66-09-00xdv1 Job Line Item 003Survey for easement project 66-09-00xdr1 Job Line Item 004Survey for easement project 66-09-00xdt1 Job Line Item 005Survey for easement project 66-09-00xds1 Job Line Item 006Survey for easement project 66-09-00xdy1 Job Line Item 007Survey for easement project 66-09-00xj11 Job Line Item 008Survey for easement project 66-09-00xf21 Job Line Item 009Survey for easement project 66-09-00xj91 Job Line Item 010Survey for easement project 66-09-00wn31 Job Line Item 011Survey for easement project 66-09-00x851 Job Line Item 012Survey for easement project 66-09-00wp81 Job Line Item 013Survey for easement project 66-09-00wb61 Job Line Item 014Survey for easement project 66-09-00w9r1 Job Line Item 015Survey for easement project 66-09-00w9q1 Job Line Item 016Survey for easement project 66-09-00w7w1 Job Also see the Statement of Work, Attachment E for more detail on each project. (vi) Surveying services for the above referenced easement projects. The Statement of Work and list of aerial photographs attached to this notice applies to all contract line items. (vii) Period of performance is 45 calendar days after receipt of order. Delivery of services will be made at the respective project sites. Acceptance will be made by the contracting officer at the NRCS MN State Office. (viii) The provision at 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition and a statement regarding any addenda to the provision and there are no addenda. (ix) The number of awards will be made based on geography. The first award will be for surveys in Becker County, a second for Pennington County, and a third for those in Yellow Medicine, Rice, and Blue Earth counties. Offeror's must provide pricing for all contract line items for each respective award. Selection for award will be based on the following. First, offers will be evaluated against a pass/fail criteria which includes the following; 1) submission of valid surveyor licenses for those who will conduct the surveys as evidence of registration in the state of Minnesota. Second, offers will be ranked based on price from lowest to highest. Third, offers will be evaluated on their past performance conducting surveys of a similar nature and complexity. For example, completion of boundary surveys for WRP or other similar conservation or easement programs. To facilitate evaluation of past performance offeror’s shall provide the entity name, contact name/number, and details documenting the similarity of the work provided. The number of references should be no fewer than three, but does not need to exceed five. These references will be contacted to confirm similarity of services provided as well as whether or not the service was performed in an acceptable manner. Indications of unacceptable performance would include, but is not limited to events such as, delays in performance, having to re-accomplish work, or reports and other data being incorrect or incomplete. The offer providing the lowest price, with acceptable past performance will be selected for each award. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. Additionally, offerors must complete the attached “Certificate of NRCS Conservation Cooperator” certification which is attached to this notice. (xi) The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition and there are no addenda. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition. (b) (18) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). (20) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (22) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (39) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (c) (1) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.). See wage determinations attached to this notice. (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Employee Class Monetary Wage and Fringe Benefits GS-1371-07$19.92 (xiii) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following additional Agriculture Acquisition Regulation (AGAR) clauses and provisions apply to this solicitation and any resultant contract award. AGAR clauses and provisions can be found at http://www.da.usda.gov/procurement/policy/agar.html. Fill ins, as required, are provided with the clauses and provisions below. 452.211-72 Statement of Work/Specifications. (FEB 1988) 452.211-73 Attachments to Statements of Work/Specifications. (FEB 1988) 452.211-74 Period of Performance. (FEB 1988) The period of performance of this contract is from the award date of the contract/order through 45 calendar days. 452.215-73 Postaward Conference. (NOV 1996) A post award conference at the applicable field site will be required. It will be scheduled promptly (estimated to be less than 30 days) upon award of a contract. 452.224-70 Confidentiality of Information. (FEB 1988) 452.228-71 Insurance Coverage. (NOV 1996) 452.236-76 Samples and Certificates. (FEB 1988) 452.237-74 Key Personnel. (FEB 1988) The Contractor shall assign to this contract the following key personnel: Project Manager 452.246-70 Inspection and Acceptance. (FEB 1988) -- Alternate I (FEB 1988) (a) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection will be performed at: Field site and/or the MN NRCS state office. (c) Acceptance will be performed at: Field site and/or the MN NRCS state office. 452.247-71 Marking Deliverables. (FEB 1988) (a) The contract number shall be placed on or adjacent to all exterior mailing or shipping labels of deliverable items called for by the contract. (b) Mark deliverables, except reports, for: All deliverables, including reports and any correspondence shall include the contract/order number from page 1 of the contract and the easement number with name. 452.204-70 Inquiries. (FEB 1988) 452.219-70 Size Standard and NAICS Code Information. (SEP 2001) Contract line item(s): All contract line item(s). NAICS Code 541370, Surveying and Mapping (except Geophysical) Services Size Standard $4.5 million in revenue. All offeror’s are reminded to provide the following documents, in addition to any others required by this notice, with their quote. 1) price for each line item on the schedule, 2) evidence of current CCR registration, 3) completed representation and certifications at 52.212-3, 4)past performance references, 5) surveyor license(s), and 6) completed Certification of Natural Resources Conservation Service Conservation Cooperator form. (xiv) DPAS ratings do not apply to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/MNSO/AG-6322-S-10-0002/listing.html)
- Place of Performance
- Address: Multiple counties within Minnesota. See Statement of Work, Attachment E for location., Various Locations, Minnesota, United States
- Record
- SN02086421-W 20100311/100309234446-e0353b24f7e170f594be6ffad553f0d7 (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 |