Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOLICITATION NOTICE

C -- Perform cadastral, road and topographic surveys, Ozark-St. Francis National Forests

Notice Date
5/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R8/R9 Western Operations Center-Procurement, A.H. McCoy Federal Bldg., Ste. #1141 100 W. Capitol St., Jackson, MS, 39269-1199
 
ZIP Code
39269-1199
 
Solicitation Number
FS-WOC-02-421
 
Response Due
5/31/2002
 
Archive Date
6/15/2002
 
Point of Contact
Karen Alexander, Contract Specialist, Phone 601.965.4391x162, Fax 601.965.6029, - Virginia Thomas, Procurement Technician, Phone 501.964.7298, Fax 501.964.7268,
 
E-Mail Address
kralexander@fs.fed.us, vathomas@fs.fed.us
 
Description
Scope of Project - Perform cadastral, road and topographical surveys on the Ozark - St.Francis National Forests. Awards will be made by Item (Ranger District), in one-year increments, which will be renewable annually for four option years for a total possible of five years. There is no guarantee that any delivery order for any amount will be issued during any contract year. There will be seven (7) Items offered for contract. No more than three (3) Items will be awarded per contractor. The contractor may list the Items to be considered for and the order of preference. The award of an Item will not preclude the Forest Service from using its own surveyors, the Bureau of Land Management, or other surveying firms to perform surveys in the Item Area. Evaluation Factors - OFFEROR MUST RESPOND TO ALL FACTORS TO BE CONSIDERED FOR PROFESSIONAL/TECHNICAL ACCEPTABILITY. The significant evaluation factors are as follows: (I) Experience and qualifications of Firm. Includes demonstrated project management capabilities based on size and number of previous similar projects, type and adequacy of support capabilities (office & field equipment), time and manpower allotted to project, list of technical personnel and their qualifications and capacity to perform the number of contracts proposed. Past performance on both Forest Service and non-Forest Service projects will be considered. (II) Educational and experience background of professional. List educational background of RLS including college, vo-tech, continuing education, etc. Give details of types and years of land surveying experience of RLS in timbered lands typical of the Ozark-St. Francis National Forests. Although not mandatory, membership(s) in professional land surveyor's organization(s) is/are also indicative of state of the art professional capability. (III) Exhibits of certified section subdivision cadastral surveys in rural, forested areas similar to the project. Each exhibit will be accompanied by a REPORT OF SURVEY (see the contract package exhibit). Evaluation will cover all parts of the survey and report of survey including, but not limited to; format and neatness, evaluation of ground evidence i.e.(rock piles, fences, roads, aerial photos, etc.), reference to title and survey records, procedures and descriptions used to subdivide and monument cadastral surveys, evaluation and documentation of original evidence (complexity), documentation of adjoiner's testimony, accuracy statement and certification etc. Exhibits should be dated within the last 5 years and reflect the work of the individuals proposed to do this project, not to exceed three (3) exhibits. NOTE: A REPORT OF SURVEY IS REQUIRED FOR EACH CADASTRAL EXHIBIT SUBMITTED. (IV) Appropriateness of methods and techniques, soundness and thoroughness of proposed approach. Emphasis will be placed on day to day technical data collection for both land line and engineering projects and field participation of the RLS during the corner search, recovery, and monumentation activities associated with land line projects. a. Give a brief description of what records and evidence you would acquire to accomplish the Cadastral surveying items of this contract. b. Give a brief list of the surveying references (books, manuals, etc.) you will follow in accomplishing the Cadastral surveying portions of this contract. c. Describe proposed duties of the RLS in the performance of a land survey, i.e. percentage of time on various contract Sub-Items. d. What measurement techniques, equipment adjustment techniques and/or celestial observation techniques will be used to meet contract specifications for: (1) Cadastral surveys involving title line determination and right-of-way. (2) road design surveys e. What methods and equipment will be used to set posts on line for new line: (1) New line: (2) Maintenance Line: f. Give an estimated daily production for the following items using the crew sizes as listed: (1) Initial/Subsequent corner search (2-person crew)--- corners (2) Corner monumentation (4-person crew)--------------- corners (3) Standard tie line (4-person crew)------------------ miles (4) GPS tie line (4-person crew)----------------------- mile (5) Boundary marked to standard (4-person crew)-------- miles (6) Boundary marked from posted line (4-person crew)--- miles (7) Boundary line maintenance (4-person crew)---------- miles (8) Corner maintenance (4-person crew)----------------- corners (9) Road design survey - C/L profile (4-person crew)--- miles (10) Road design survey - X-section of profile (4-person crew)---------------------------------------- miles (11) ROW - road or trail (4-person crew)--------------- miles (12) BLM exterior tie line (4-person crew)------------- miles (13) BLM interior tie line (4-person crew)------------- miles (14) Previously Misplaced Monument Removal (2-person crew)---------------------------------------- each (15) Previously Mis-located Boundary Line Obliteration (2-person crew)---------------------------------------- miles (V) Knowledge of local surveying historical practices, records repositories, and land ownership patterns. (VI) Proximity of the firm to the local project area. (VII) The volume of work awarded by the Forest Service will be evaluated with the objective of effecting an equitable distribution of the contracts among qualified firms, including minority or small disadvantaged firms. (VIII) Exhibits of road design (cross sections) and construction surveys, both data collection (field notes) and final drawings. Evaluation will cover exhibit format and clarity. Not to exceed three (3) exhibits. Request for Proposal No.: FS-WOC-02-421 Closing Date for SF-254, SF-255 and attachments: Close of Business May 31, 2002. Mail to Western Operations Center, ATTN: Karen Alexander, 100 W. Capitol Street, Suite 1141, Jackson, MS 39269. No faxes will be accepted. Estimated start/stop work dates: Requirement contract(s) shall be awarded as a result of this procurement. The contract will be for a period of one (1) year from the date of contract award with four (4) additional years renewable in one (1) year increments on the anniversary of the initial award. Delivery Orders may be issued against these contracts at any time during the contract period. Eligibility of Award: Contractors must be currently licensed by the State of Arkansas to be eligible for award. It is anticipated that seven (7) contracts will be awarded for this work: one for each of the six (6) ranger districts on the Ozark National Forest and one for the St. Francis National Forest. This project is being advertised under the Small Business Competitiveness Demonstration Program and is open to all sources. Attachment SEVEN (7) GEOGRAPHIC CONTRACT AREAS OZARK-ST. FRANCIS NATIONAL FORESTS ITEM No. 1 Sylamore District ITEM No. 5 Boston Mtn. District T15N, R10 =>13W T11N, R26 => 33W T16N, R10 => 14W T12N, R26 => 33W T17N, R11 => 14W T13N, R26 => 33W T18N, R12 => 14W T14N, R31 => 33W T16N, R31 => 33W T17N, R31 => 33W T18N, R31 => 33W ITEM No. 2 Buffalo District ITEM No. 6 Magazine Mtn. District T12N, R17 => 23W T6N, R22 => 26W T13N, R18 => 24W T7N, R22 => 26W T14N, R18 => 25W ITEM No. 3 Bayou District ITEM No. 7 St. Francis NF T09N, R16 => 18W T01S, R04 => 05E T10N, R16 => 21W T01N, R04 => 05E T11N, R16 => 22W T02N, R04E T12N, R17 => 22W T13N, R18 => 20W ITEM No. 4 Pleasant Hill District T10N, R 25W T11N, R22 => 27W T12N, R22 => 27W T13N, R22 => 27W T14N, R24 => 26W
 
Place of Performance
Address: Ozark-St. Francis National Forests, Clarksville, Arkansas
Zip Code: 72830
Country: US
 
Record
SN00071991-W 20020508/020506213148 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.