Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
SOLICITATION NOTICE

C -- IDIQ Cadastral Survey Monongahela National Forest

Notice Date
11/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests 5162 Valleypointe Parkway, Roanoke, VA, 24019, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-52B1-S-07-ORB5033
 
Response Due
12/5/2006
 
Archive Date
6/15/2007
 
Description
The Monongahela National Forest plans to secure Indefinite Delivery/Indefinite Quantity (IDIQ) multiple year contract(s) for professional surveying services as required for administration of National Forest System Lands in West Virginia. The work will primarily involve surveying and marking property boundaries of land within the Monongahela National Forest Boundary. The Forest Service anticipates award of up to two IDIQ contracts with task orders issued estimated at approximately $5,000.00 to $200,000.00 with an estimated contract maximum of $750,000.00 per contract year with a total potential value of $3,750,000.00 over the life of the contract. A West Virginia Registered Professional Land Surveyor must be assigned to each task order. Only firms with Registered Professional Surveyor(s) licensed in the state in of West Virginia will be considered. Tasks include, but are not limited to, identification, monumentation and perpetuation of property corners and controlling corners for land surveys performed to locate property boundaries, boundary line posting and maintenance of previously posted lines. The projects may also include right-of-way surveys, topographic surveys, geodetic control, mapping and other incidental work normally associated with the survey profession. Estimated award date is on or about January 1, 2007. Individual task orders will be issued against each contract as needed to accomplish the work. Completion time will vary with each individual task order, and will be negotiated prior to task order award. The contracts will not preclude the Forest Service from using its own surveyors, or other surveying firms to perform surveys in the project area. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise and other requirements listed. Following an initial evaluation of the qualification and performance data submitted, an estimated three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Selection of firms for negotiation will be made through an order of preference based on demonstrated competence and qualification necessary for the satisfactory performance of the type of professional services required. Firms qualified and interested in providing professional surveying services of the type listed above are hereby invited to submit Standard Form 330, Architect-Engineer and Related Services Questionnaire. The North American Industrial Classification Code is 541370 and the small business size standard is $4.0 million. If there are any technical questions, contact Mr. Ron Hight (304) 636-1800 ext 230. This is not a request for proposals. Solicitation packages are not provided. Your SF- 330 form, Part I and Part II or an attachment, should specifically address these areas: (1) Professional qualifications necessary for satisfactory performance of required services. Provide information pertaining to your firm?s West Virginia Registered Professional Land Surveyors (RPLS). Include experience in conducting of Public Land Surveys. Indicate anticipated level of involvement of each RPLS on this project. (2) Capacity of the firm to provide the required services in the required time: List your firm?s available personnel and procedures used to ensure reasonable deadlines are met. Include any proposed subcontractor(s) and specify what duties they would perform. Include SF Form 330 part I and Part II as necessary for all proposed sub-contractors. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Provide between 3 and 7 references for projects that are similar in scope to cadastral surveys and boundary line marking. (4) Specialized experience and technical competence in the type of work required. Highlight projects involving boundary surveys that required property line marking performed by the key personnel that will be assigned to the work. Proposal should also include the firm?s quality control plan for field and office work. (5) Proximity of the firm to local project area: Indicate where your nearest office is in relation to the Project Headquarters. (Elkins, West Virginia). If not within a 50-mile radius of the Project Headquarters, indicate how you plan to provide service in a cost-effective manner. (6) Cadastral Survey knowledge, records research, and resolution of conflicting evidence: Discuss your firm?s knowledge of cadastral survey practices, records research and the approach you have used on previous surveys to resolve problems resulting from conflicting title or physical evidence. Submit a Record of Survey from a boundary survey sealed by a licensed land surveyor who will conduct boundary surveys under an awarded contract. The survey should demonstrate principles relevant to these criteria. Please submit five (5) complete copies of the requested information to: Contracting Officer, Ohio River Basin Shared Procurement Cluster, c/o Hoosier National Forest, 811 Constitution Ave., Bedford, IN 47421-9538
 
Place of Performance
Address: THROUGHOUT WEST VIRGINIA
Zip Code: 26241-3932
Country: UNITED STATES
 
Record
SN01174957-W 20061104/061102220241 (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  © 1994-2020, Loren Data Corp.