Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2006 FBO #1861
SOLICITATION NOTICE

R -- Professional Cadastral and Land Survey Services, Indefinite-Delivery, Indefinite-Quantity, Washington State

Notice Date
12/29/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-OR OREGON STATE OFFICE* 333 SW FIRST AVENUE PORTLAND OR 97208
 
ZIP Code
97208
 
Solicitation Number
HAQ073001
 
Response Due
2/2/2007
 
Archive Date
12/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: (1) a SF 330 Part II, General Qualifications, (2) a SF 330 Part I, Contract-Specific Qualifications, and (3) any requested supplemental data to the procurement office shown below. 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 the firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Selection of firms for negotiation shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required that include: (1) specialized experience and technical competence as required; (2) professional capabilities; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) any other special qualifications required under this announcement by the contracting activity. This announcement is for PROFESSIONAL LAND SURVEY SERVICES in that part of the State of Washington lying west of the crest of the Cascade Mountains of the Bureau of Land Management (BLM), Oregon State Office. The North American Industry Classification System (NAICS) code is 541370. This project is set aside for small business, the size standard is $4.5 million. Professional Land Survey services under this contract will survey and identify federal and trust land boundaries. Registration as a Professional Land Surveyor in the state of Washington is required for this contract. Surveys will be conducted under the BLM's federal survey authority authorized and approved by the BLM's Chief Cadastral Surveyor of Washington. The land services performed in this project will be considered preliminary in nature; plats will not be stamped and recorded under state authority. The Government reserves the right to make all determinations of corner evidence acceptability, corner status and any related boundary location decisions under this contract. The surveys typically consist of the resurveys within the public land survey system and the further subdivision of lands within this system. Professional Land Surveying services in this contract may include any or all of the following functions: (1) the dependent resurvey and subdivision of sections within the public land survey system and metes and bounds surveys (2) the search and evaluation of records, (3) the search and evaluation of collateral and physical evidence, (4) field measurements, including both conventional and GPS technologies (5) the monumentation or remonumentation of survey corners (6) documentation of corner establishment or reestablishment, (7) preparation of reports, field notes, sketches and CAD drawings using the survey methods and procedures outlined in Special Instructions and other instructions for the various Group Surveys, Plans of Survey or other directives for Cadastral Survey work. Type of Contract: Firm fixed price, Indefinite Delivery Indefinite Quantity. Maximum amount of services shall be no more than $2,000,000. The contract will be awarded for a base year with four option years. Offers will be evaluated based upon the following primary criteria: (1) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE OF SERVICES REQUIRED. Firms that demonstrate technical competence and experience completing projects similar to the type of work solicited. Experience with surveys of the public land survey system will be given greater consideration. (2) PROFESSIONAL CAPABILITIES. Firms that demonstrate qualifications of their assigned professional personnel for boundary location surveys within the public land survey system as appropriate to the nature and size of the projects solicited will be given greater consideration.. (3) CAPACITY to accomplish the work in the required time. (4) PAST PERFORMANCE on similar work performed for other federal, state and/or local government agencies, and private agencies with respect to control of costs, quality of work, and ability to meet schedules. (5) LOCATION IN THE GENERAL GEOGRAPHICAL AREA of the project(s) and knowledge of the locality of the project(s) (provided that the application of this criteria leaves an appropriate number of qualified firms), given the nature and size of the projects. Firms demonstrating knowledge of and experience working in the geographic area will be given greater consideration. (6) ADDITIONAL DATA (a) Provide average percentage of time each member of the key personnel proposed for the project(s) will spend on each of the survey functions listed above. (b) Provide a listing of Public Land Survey System experience of the key personnel proposed for the project(s) in the last 5 years. Include the number and location of standard, fractional, and elongated sections subdivided, miles of section boundaries dependently resurveyed, and numbers of government corners monumented or remonumented. (c) Submit at least three filed plats illustrating Public Land Survey System boundary surveys performed in the last two years by the key personnel proposed for the project(s). (d) Provide a listing of the source and dates of any continuing education related to the Public Land Survey System for key personnel proposed for the project(s). (e) This project requires the use of specific software (1) Autodesk AutoCAD software for plat drafting and (2) Cadastral Measurement Management (CMM) software OR a network least squares adjustment for traverse data adjustment. Please indicate if your firm possesses these software applications and outline the experience of key personnel proposed in use of these applications. (f) Provide a list of GPS Survey equipment and software used by the firm and the experience of key personnel proposed for the project(s). Standard Form 330 is available at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do.formType=SF. Submit requested items no later than February 2, 2007 at 3:30 P.M. local time to USDI, Bureau of Land Management, Procurement Management, 333 S.W. First Ave., Portland, Oregon 97204. See Numbered Note(s): 1, 24 Point of Contact Donna J. Boehm Procurement Technician 503-808-6210 Donna_Boehm@blm.gov;
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1193348)
 
Record
SN01204068-W 20061231/061229220533 (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.