Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
SOLICITATION NOTICE

C -- Architect-Engineer Surveying Services for Idaho, Oregon and Washington

Notice Date
2/21/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Bureau of Reclamation - PNRO 1150 N Curtis Rd, Ste 100 Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
07SP101654
 
Response Due
4/13/2007
 
Archive Date
2/21/2008
 
Small Business Set-Aside
N/A
 
Description
The Pacific Northwest Regional Office of the U.S. Bureau of Reclamation intends to award three or more indefinite delivery, indefinite quantity (ID/IQ) contracts for professional surveying services for surveying in the states of Idaho, Oregon, and Washington (one or more for each state). We currently have four ID/IQ contracts in place: one each for Oregon and Washington and two for Idaho. Only firms with Registered Professional Surveyors licensed in the states of interest where work will be conducted will be considered. The work will mainly involve surveying assistance on an intermittent, as-needed basis in support of Reclamation efforts to improve salmon/steelhead habitat as well as in support of other Reclamation activities. Services may be sought on a short turnaround basis (e.g., response within a week or two of a Task Order placed under the contract) and will typically be required at river/stream diversion structures and related facilities such as dams, weirs, canals, and fish screens. Required services may include: assessing site topography (topographic information on and around barriers, abutments, etc.); preparing sections (on/upstream/downstream of barriers with notes on water elevations, substrate type, etc.); providing structure details (elevations and dimensions on and around barriers, headworks, culverts, etc.); collecting information on miscellaneous features (ground surface topography, trees, fence lines, power and other utilities, bridges, access conditions, etc.); as well as recorded legal boundary surveys and production of surveys, maps and drawings showing true elevations and survey control. Other potential services may involve aerial surveys and photogrammetry; bathymetry; or 3D laser scanning; The Contractor(s) shall produce Field Book Data Files and Digital Terrain Models representing true elevations and survey control compatible with Autodesk Land Desktop 2007 and/or Civil 3D 2007, configured with the Pacific Northwest Region=s (PN) standards and using PN=s standard operating procedures as provided by the Contracting Officer, or other surveying software that can be converted to the format needed for Autodesk Land Desktop 2007 and/or Civil 3D 2007. The Contractor must demonstrate that the data can be successfully converted to Autodesk Land Desktop 2007 and/or Civil 3D 2007 format prior to using other surveying software. Currently identified geographic areas in which surveying is needed include West Central Idaho and South Central Idaho, various river basins and subbasins in both Oregon and Washington, and on existing Reclamation facilities and lands in all three states. The quantity and timing of survey work may be adjusted by the Government based on changes in priority workload and funding availability. TOs for surveys are not limited to the areas listed. It is Reclamation=s intent to award multiple ID/IQ contracts for surveys, one or two for each of the three States. Offerors may propose on a single State, more than one State, or on portions of States. Each contract may be issued as a 1 year contract with four 1 year extension option (a potential contract duration of 5 years). General land based surveying services will be required in all states and 3D laser scanning services or aerial surveying services may also be required. Estimated contract time will vary with each individual task order. The Government currently estimates that we will require 1 to 20 surveys per State per year. Reclamation reserves the right to award multiple contracts per geographic area or State. Firms qualified and interested in providing professional surveying services of the types listed above are hereby invited to submit: Standard Form 330 (SF 330), "Architect-Engineer Qualifications," Part I and SF 330 Part II. An Adobe Acrobat version of the SF 330 form is available at www.gsa.gov. Please enter the geographic area(s) or State(s) for which you wish to provide surveying services in Block #1 of the SF 330. In evaluating responses, the following evaluation criteria will be applied, with evaluation criterias1, 2, and 3 being roughly equal to one another and, when combined, these three criteria are less important then combined criteria 4 and 5 which are also roughly equivalent to one another: (1) Professional qualifications necessary for satisfactory performance of required services. Include your firm's Registered Professional Surveyors' experience in similar surveys for the state your firm proposes to perform surveys in. In your SF-330, state the amount of time, expressed as a percent, that the responsible (licensed) land surveyor will work on survey projects. (2) Specialized experience, expertise, and technical competence in the type of work required for the specific geographic areas your firm is proposing to perform services in. List years of experience in similar surveys for the key personnel that will be assigned to the projects. Include an outline of field and office procedures, including a self inspection plan. (3) Capacity of the firm to provide the required services in the required time frames. List your firm's equipment, personnel availability, and management and quality control procedures used to ensure reasonable deadlines are met and quality deliverables are produced. Include any proposed subcontractor(s) (including their SF330s) and specify what duties they would perform (for example, specialties like aerial surveys or laser scanning). Firms with the capability of producing required data using Autodesk Land Desktop 2007 and/or Civil 3D 2007 software (configured with the PN Region=s standards and using PN=s standard operating procedures) will receive higher ratings. Other systems will be acceptable if the Contractor can demonstrate that the data can be successfully converted toAutodesk Land Desktop 2007 and/or Civil 3D 2007 format. (4) Recent, relevant, successful past performance on similar A-E surveying contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Please provide only references for projects that are similar in scope and magnitude to the required services. (5) Proximity of the firm to local project areas for which they wish to be considered and demonstrated knowledge and expertise in performing surveys in those localities. Indicate how you plan to provide service in a cost effective manner. Indicate your firm's knowledge of local survey practices for the localities you propose to perform surveys in. Submit a sample map and drawing showing topographic survey data and sections and plan and profile views for river/stream environments. When preparing your submission, BE SURE TO CONSIDER ALL FIVE EVALUATION CRITERIA. Additional sheets may be used to address all evaluation criteria relative to the required services. Following the initial evaluation of the qualification and performance data submitted, discussions will occur with firms considered to be the most highly qualified to provide the services for each of the three states. Negotiations will occur beginning with the most preferred firm(s) in the final selection. If a mutually agreeable contract can be reached, then award will be made. If not, then negotiations with that firm will be terminated and the next most preferred firm would be contacted for negotiation. Please submit three copies of the above information to: U.S. Bureau of Reclamation, Pacific Northwest Regional Office, 1150 N. Curtis Road, Boise ID 83706-1234, ATTN: PN-3715, Contracting Officer; include Solicitation No. 07SP101654 on the outside of the package. To be considered, all material must be received by 4 PM local time in Boise ID on April 13, 2007. The small business size standard for this acquisition is $4.5 million in gross annual receipts averaged over the previous three 1-year accounting periods. The NAICS code is 541370 and the SIC code is 8713. This requirement is NOT a set-aside. See Numbered Note 24.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142510&objId=37923)
 
Record
SN01236044-W 20070223/070221221028 (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.