Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1997 PSA#1784

USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225

C -- CADASTRAL SURVEYS SOL RFP RMAST-97-38 DUE 031597 POC Contact Marilyn Whalon, 303/275-5260, Contracting Officer Sharon K. Miner The USDA Forest Service plans to contract for various types of cadastral surveys under a group of requirements contracts in the States of Colorado, Wyoming and Kansas. Projects will include surveys of newly created parcels, retracements of regular and fractional sections, patented mineral surveys and millsites, homestead entry surveys, and other non-rectangular surveys, including rights-of-way. Contractors will conduct the above referenced surveys by performing corner search, monumentation, remonumentation, corner maintenance, marking and posting of National Forest (NF) and/or National Grassland boundaries, preparation and recordation of plats, corner records, and other documentation. The States of Colorado, Wyoming, and Kansas have been divided into Zones. A separate contract will be issued for each Zone. Firms submitting proposals must identify the Zone or Zones for which they wish to be considered and must have a State Licensed Land Surveyor for each state included within the zone(s) on their staff at the time of the proposal. The Zones are defined as follows: National Grassland Zone: Cimarron (KS), Comanche (CO), and Pawnee Grasslands (CO); Front Range Zone: Estes-Poudre/Redfeather, Boulder, and Clear Creek Ranger Districts of the Arapaho-Roosevelt National Forest and the South Platte and Pikes Peak Ranger Districts of the Pike/San Isabel National Forest (CO); Wyoming Zone: All National Forests and Grasslands located in Wyoming except the Bridger-Teton NF; West Central Zone: All of the White River, Routt, and Grand Mesa-Uncompahgre-Gunnison National Forests and the Hot Sulphur Ranger Ranger District of the Arapaho National Forest (CO); South Central Zone: All of the Rio Grande NF and the Leadville, Salida, South Park, and San Carlos Ranger Districts of the Pike/San Isabel NF (CO). Estimated contract effective date for each zone is August 1, 1997. Term of the contracts is one year, with four one year options. In accordance with FAR 36.602-1, the following criteria will be used in the evaluation of firms. Please note, however, firms not meeting criteria number (6) will still be considered for award. (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographic area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; and (7) Acceptability under other appropriate evaluation criteria. In accordance with No. 7 above, the following evaluation criteria will also be used: (1) Volume of work previously awarded by the Forest Service will be evaluated with the objective of effecting an equitable distribution of contracts among qualified firms that have not had prior Forest Service contracts; (2) Firms must submit three survey plats showing work similar to that described above with the SF-254 and SF-255. At least one of these plats must show a subdivision of a section. These plats must be sealed by the Registered Land Surveyor the firm proposes to be in responsible charge of the projects; (3) Firms must also submit a 1-2 page discussion that demonstrates that they possess a thorough and professional understanding of the proper methodology to meet the applicable State surveying standards for the proposed work and that the Registered Land Surveyor designated as being in responsible charge demonstrates cadastral survey experience with a professional, complete and thorough understanding of the technical and legal approaches to the proposed work, as defined by the applicable State standards and the 1973 BLM Manual of Surveying Instructions for Surveys of the Public Lands. Firms interested in this solicitation should submit Standard Forms 254 and 255, Architect-Engineer & Related Services Questionnaires to: USDA Forest Service, P.O. Box 25127, Lakewood, CO 80225, Attn: Sharon Miner. Responses to this announcement must be received at the above address by COB March 15, 1997. (0044)

Loren Data Corp. http://www.ld.com (SYN# 0033 19970218\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page