Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2007 FBO #1901
SOLICITATION NOTICE

C -- Legal Boundary surveys for the Wetlands Reserve Program easements

Notice Date
2/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Kansas State Office, 760 South Broadway, Salina, KS, 67401-4642, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-6215-S-07-0011
 
Response Due
3/7/2007
 
Description
CONTRACT INFORMATION: The USDA Natural Resources Conservation Service (NRCS) in Kansas requires the services of an Architect-Engineering (A-E) firm for performance of legal boundary surveys for the Wetlands Reserve Program easements. This acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. THIS PROCUREMENT IS UNRESTRICTED and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541330. This announcement constitutes the only notice. PROJECT INFORMATION: The government contemplates the award of a firm fixed price, indefinite delivery/indefinite quantity contract resulting from this competition. The initial contract period will be for one year and the government may, at its option, extend the contract to a maximum of five years by exercising each of the four one-year renewal options. Work under the contract will be subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $1,000 but shall not exceed $25,000. The maximum order amount for any contract period (base year and each option year) shall be $50,000. There is no guaranteed minimum for the base period or option periods if exercised. DESCRIPTION OF WORK Quality of Work - The WRP easement boundary description shall be clear, accurate, complete, and meet the landowner?s intent. All work shall follow recognized professional practice and standards for legal land surveys. The work and data presented shall be in accordance with the state of Kansas?s minimum standards for the practice of land surveying. Notification of Intent to Survey - A preliminary title search will be provided with the task order for survey services. Before fieldwork begins, the surveyor shall schedule with the district conservationist (DC) and landowner a date and time for conducting the survey. Notification shall be a minimum of 72 hours prior to beginning work. If the work is not started on the planned date, the surveyor shall notify the DC and landowner of the revised date and time that work will begin. The NRCS WRP Program manager or District Conservationist will provide the surveyor with location maps of the WRP easement area. The maps will include the access routes and any other description information as may be available. Any significant (more than 5%) overage in the number of acres should be reported to the COR immediately. The surveyor will not modify the easement area surveyed at the direction of the landowner. Access shall be surveyed, but no monuments are required. The survey will show both the easement area and the ingress/egress routes to a publicly dedicated right-of-way. Survey Area - At the site, the surveyor shall locate the boundary angle points that have been flagged or staked in the field and record the description using bearings and distances. The boundary survey shall be a complete traverse of the area tied to a corner of a Public Land Survey or a corner of a recorded property. A latitude and longitude coordinate shall be collected for each of the angle points using North American Datum 1983 (NAD 83) with a + 1 meter accuracy. For each angle point and approximately every 500 feet of straight run, the surveyor shall set a steel rod driven approximately 9 inches below the ground surface with minimum dimensions of 1/2 inch in diameter and 24 inches in length. A monument cap for each rod shall have a different point number and other required identification. Each rod shall have a witness post set within 6 to 12 inches from the steel rod. The witness post shall be a steel u-channel post having a minimum overall length of 7.0 feet and weighing a minimum of 1.125 pounds per foot. The witness posts shall be embedded to a depth of 2 feet below ground surface. Wherever possible, the witness posts shall be placed on the easement side of the monument rods. To facilitate identification, each witness post shall have an easement boundary sign attached. (The Natural Resources Conservation Service (NRCS) shall furnish the WRP boundary signs. The surveyor will be required to pick up the WRP boundary signs form the local NRCS office. The surveyor shall furnish the witness posts. Witness posts shall have the top 6? painted fluorescent orange. Boundary signs shall be fastened to the top of the witness posts by using zinc coated bolts and fasteners.) Some easement boundaries may be a river or a stream. In those cases, the easement boundary will be determined on a case by case basis. In some cases the boundary may be to the middle of the stream, in other cases the edge of the upper stream bank will be considered the easement boundary. An on-site clarification of this boundary shall be determined by the surveyor, DC, and landowner(s). A description point shall be included for the stream or river boundary intersection points. An offset point shall be established on each boundary line intersecting the stream or river boundary. The offset point shall have a permanent marker, whereas the stream or river boundary intersection point may not. The offset and the permanent markers would allow for a visual marker on the ground for use in maintaining the boundary integrity. Visibility and potential stream encroachment shall be factors in locating the offset. The offset distance shall be in whole feet. Excluded areas within the main boundary area shall be surveyed as described above. All private/ public roads (and associated roadway easements) should be excluded from the main WRP boundary area. The net WRP easement area shall be reported by the surveyor and computed by subtracting the excluded areas from the main boundary area. The net WRP easement area shall be computed to the nearest tenth of an acre. The boundary description shall include a delineated route of ingress/egress. The ingress/egress route to the WRP easement area will be described in the survey plat. When the boundary survey is complete, the DC, and the landowner, will review the survey and ensure that (1) the area delineated with permanent markers was the area that the landowner intended to place under easement and (2) permanent markers have been installed as required. If a discrepancy is identified the surveyor will be required to meet with the DC and landowner to reconcile the difference. Presentation of Survey - A scaled drawing of the metes and bounds area shall be prepared identifying the angle points, straight line run monuments set distance and bearing between angle points, and distance and bearing to the legal survey point. The survey shall show the following: A North Arrow The legal description Graphic scale A scaled drawing of the metes and bounds area shall be prepared identifying the angle points, distance and bearing between angle points and distance and bearing to the legal survey point - Acres within the boundary area calculated to the nearest 1/10 acre Completed Title Block Name of the client Landowner?s Contract Number Name, registration number, address and phone number of the Surveyor Date of the Survey Certification (signed in blue ink) Monuments identified as set or found along with a description of the monument Observed evidence of possession or use by others in the parcel or across any perimeter lines of the property Latitude and longitude for the point of beginning shall be documented on the survey drawing. The ingress/egress route to the WRP easement area will be described in the survey and shown on the survey plat. Delivery - Contractor will deliver to the Contracting Officer within 30 days of issuance of the task order the following: Original completed survey (36? x 24?) with original signatures Three copies (11? X 17?) of the completed survey plat A compact disc containing as ascii text file with the survey angle point?s and straight run monuments set approximately every 500 feet with latitude and longitude recorded. PRESELECTION CRITERIA: The Project Manager must be a Licensed Registered Land Surveyor in the state of Kansas. SELECTION CRITERIA: Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. All firms responding to this announcement will be evaluated on the following factors which are shown in descending order of importance. 1) Professional qualifications necessary for satisfactory performance of the required services. 2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in surveying 3) Capacity to accomplish the work in the required time; 4) Past performance on contract with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5) Location in the general geographical area of the project and knowledge of the locality of the project. Firms must provide a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as related experience, and a project workload schedule showing proposed team members for the project period. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration, contact the CCR Web Site at www.ccr.gov. This is NOT a Request for Proposals. SUBMISSION REQUIREMENTS: Those firms that meet the requirements described and wish to be considered must submit 4 copies of a form SF330 for prime and any proposed sub-consultant to Rhonda Sulsar, Contracting Officer, Natural Resources Conservation Service, 760 South Broadway, Salina, Kansas 67401. The forms must be received in this office no later than March 8, 2007 by 4:30 p.m. The SF-330 must clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographical location. 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. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period.
 
Place of Performance
Address: Through out the State of Kansas
Zip Code: 67401
Country: UNITED STATES
 
Record
SN01227523-W 20070209/070207220558 (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.