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