Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2017 FBO #5609
SOLICITATION NOTICE

C -- Cadastral Survey IDIQ GWJeff - Synopsis

Notice Date
3/31/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Northern Acquisition Zone - Land Between The Lakes, 100 Van Morgan Drive, Golden Pond, Kentucky, 42211, United States
 
ZIP Code
42211
 
Solicitation Number
AG-4870-S-0004
 
Point of Contact
Robert Sigler, Phone: 270-924-2133, Michelle Gilliland, Phone: 270-924-2035
 
E-Mail Address
rsigler@fs.fed.us, mgilliland@fs.fed.us
(rsigler@fs.fed.us, mgilliland@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Map Synopsis (1) Action Code - C (2) Date (of posting) - 3/31/2017 (3) Year - 2017 (4) Contracting Office Zip Code - 42211 (5) Classification Code - NAICS is 541370 Surveying and Mapping (except Geophysical); Size Standard $15.0 million average annual receipts for the past three years. (6) Contracting Office Address - 100 Van Morgan Drive, Golden Pond, KY 42211 (7) Subject - Architect and Engineering Services (8) Proposed Solicitation Number - AG-4870-S-0004 (9) Closing Response Date - 1 May 2017 4:00 PM CST (10) Contact Point or Contracting Officer (names, phone numbers) - Robert Sigler (11) Contract Award and Solicitation Number - N/A (12) Contract Award Dollar Amount - N/A (13) Contract Line Item Number - N/A (14) Contract Award Date - N/A (15) Contractor - N/A (16) Description - Professional Land Surveying Services. Work will include, but is not limited to: • Locating, measuring, and marking Forest Service property boundary lines. • Rehabilitation of previously marked Forest Service property boundary lines. • Identification and verification, restoration, location and monumentation of property corners. • Survey of lines to connect, prove, or establish property corners. • Rights-of-way and easement surveys. • Preparation of surveyor's reports, control diagrams, and survey plats. • Preparation of Form 7100-52, Corner Record, for each Forest Service property corner. • Preparation of tract descriptions. • Other miscellaneous work incidental to the survey profession. (17) Place of Contract Performance - Lands within the administrative boundaries of the George Washington and Jefferson National Forests. The Forests are comprised of 7 districts: Clinch, Mount Rogers NRA, Eastern Divide, Glenwood-Pedlar, James River-Warm Springs, North River, and Lee. See attached map for geographic location of Forests and Ranger Districts. (18) Set-aside Status - Total small business. The Forest Service intends to negotiate and award multiple Indefinite Delivery/Indefinite Quantity firm-fixed price contracts with a 12-months base period with four (4) 12-month option periods. However, if the Contracting Officer determines during the selection process that fewer or more contracts should be awarded based on the selection criteria, the Contracting Officer has the discretion to adjust that number, or award none at all. The total monetary capacity for these contracts is $14 million for the entire contract periods (12-months base with (4) 12-month option periods). Anticipated award date is May 2017. The Government guarantees to purchase a minimum of $2,500 in services over the life of the contracts. The Government will award contracts to the most highly qualified firms to perform the required services, based on the demonstrated competence and qualifications, in accordance with the Brooks Act as implemented by Federal Acquisition Regulation (FAR) 36.6, Architect-Engineer Services. All work performed during the life of the contracts will be ordered by the Government on an as-needed basis through the issuance of firm fixed price Task Orders (TOs). Contracts will include FAR clause 52.217-8 Option to Extend Services for additional 6 months and FAR clause 52.217-9 Option to Extend the Term of the Contract. Award of contract(s) will not restrict the Government from having cadastral surveying services performed by Government employees or others during the contract period. Mid-Term Changes: During the 5-year term of the contract, the Contracting Officer may determine a need to reduce or augment the original pool of awarded contracts. Exiting Contracts: Contractors who repeatedly fail to accept an offer of a task order due to lack of capacity, or who repeatedly fail to complete task orders within the allotted contract time, may not have the next option year renewed. Entering Contracts: Following completion of the first option year or base year, the Government reserves the right to solicit for a limited number of additional contractors to be included in this multiple-award contract. The solicitation, terms and conditions, and source selection procedures will be the same as under this original solicitation. The period of performance for the new awardees will not exceed the overall maximum term of the original IDIQ contract, including options. Eligible firms must have a DUNS Number and be registered in the System for Award Management (SAM). Only firms with a Registered Professional Land Surveyor(s) licensed in Virginia and or West Virginia will be considered, some districts require licensure in Virginia and West Virginia (see attached map of Districts). Depending on location, a Virginia or West Virginia Registered Professional Land Surveyor shall perform the field work associated with each task order for corner establishment and measurements. Required services will be issued by negotiated firm fixed price task orders. When work is required, the Government will notify all contractors that an evaluation will be conducted. Notice will include a specific statement of work and period of performance and will state whether the SF 330 will be used or if unique experience and/or qualifications are required to be submitted for evaluation. Location, specialized experience with boundary projects, past performance, capacity, and professional qualifications will be considered to determine which firm is best qualified to accomplish the work. Contracting Officer may determine to consider the volume of work previously awarded to an A&E firm when determining which fir a new task order should be awarded to. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. SUBMISSION REQUIREMENTS: Interested Professional Land Survey firms meeting the requirements described in this announcement must submit a cover letter listing the Ranger District(s) firm is interested in performing work and one (1) original and one (1) copy of SF330 Architect - Engineer Qualifications for the prime firm that includes all team members. Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections Band C. A maximum of ten (10) projects for the proposed team, including joint ventures and teaming partners, shall be shown in Section F. For the maximum of ten (10) projects submitted in Section F of the SF330, a "project" is defined as work performed at one site or at a single installation. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site or installation. Project descriptions shall clearly state the extent of work performed by the team, extent of work completed, and dates of completion. If the offeror provides a specific task order as its "project," it shall provide the base contract number(s) and the task order number(s) for reference purposes. If the offeror provides a site-specific contract as its "project," it shall provide the contract number for reference purposes. The SF330 shall have a total page limitation of 80 printed pages with Section H limited to fifteen (15) pages, and Part II is excluded from the 80 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages if printed on one side, and four (4) pages if printed on both sides. For all SF330 sections, use no smaller than 10 pt. font. Submittals must be emailed to Robert Sigler, rsigler@fs.fed.us not later than 1 May 2017, 4:00 P.M. CST. Solicitation will not be issued. The basis of the evaluation will be the information in Sections E, F, G and H of the SF 330. SELECTION CRITERIA: 1. LOCATION: Proximity to the project area and demonstrated knowledge of local practices, records, and research; and your firm's approach to problem resolution on previous surveys resulting from conflicting title or physical evidence. If your firm's office is not located within a 20 mile radius of the administrative boundaries of the desired Ranger District, indicate how you plan to provide services in a cost-effective manner. Include the amount and type of experience the firm has in each of the desired districts. Submit a sample surveyor's report accompanied by a plat (suitable for filing in the public record) showing work performed on steep and/or forested mountain land, or other rural land. 2. SPECIALIZED EXPERIENCE WITH BOUNDARY PROJECTS: State your firm's experience with and technical competence in surveying in steep forested terrain, emphasizing any Forest Service or Federal land surveying. Include the amount of forested, steep mountain land experience of key personnel that will be assigned to this project. Include an outline of field and office procedures. State how you would approach boundary line establishment and retracement. 3. PAST PERFORMANCE: on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. CPARS is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330. Each project in Section F of the SF330 shall include project owner's contact information. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm if none is available from CPARS. The board will consider the relevancy of each performance evaluation on A-E services contracts to the proposed contract, including the type of work, contractor's performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. On contracts for Federal, State, City/County and private work, with respect to customer satisfaction, quality of work and timely compliance with performance schedules. Provide three references for projects that are similar in scope to forested, steep mountain land boundary survey and property line marking. 4. CAPACITY: To accomplish the work in the required time. Include an equipment list, personnel available, and procedures used to ensure deadlines are met for your firm and/or proposed subcontractors. If using subcontractors for any part of the project work, specify what duties they would perform. 5. PROFESSIONAL QUALIFICATIONS: For satisfactory performance of required services. Include registered professional surveyors' experience in forested/steep mountain land surveys and anticipated level of involvement of each RPS on this project. The completed SF-330 form will suffice. State what degree of involvement your firm's registered professional surveyor will have with task orders issued for: a. Retracement of boundary lines, b. Establishment of boundary lines, and c. Refurbishment/rehabilitation of previously marked boundary lines. Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections Band C. A maximum of ten (10) projects for the proposed team, including joint ventures and teaming partners, shall be shown in Section F. For the maximum of ten (10) projects submitted in Section F of the SF330, a "project" is defined as work performed at one site or at a single installation. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site or installation. Project descriptions shall clearly state the extent of work performed by the team, extent of work completed, and dates of completion. Firms should include information regarding the Secondary Selection Criteria in Section H of the SF330. The SF330 shall have a total page limitation of 80 printed pages with Section H limited to fifteen (15) pages, and Part II is excluded from the 80 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages if printed on one side, and four (4) pages if printed on both sides. For all SF330 sections, use no smaller than 10 pt. font. Submit questions, by email only, to Rob Sigler at rsigler@fs.fed.us. Questions must be submitted not later than 4:00 P.M. CT on 1 May 2017 and must contain the solicitation number in the subject line of the e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4870/AG-4870-S-0004/listing.html)
 
Place of Performance
Address: See attached map, United States
 
Record
SN04456017-W 20170402/170331235026-856b2332deb10a65435b8659134c9d2d (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.