Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOLICITATION NOTICE

C -- Boundary Survey for Tract 22, Muleshoe National Wildlife Refuge, Bailey County, Texas

Notice Date
6/13/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and General Services U.S. Fish & Wildlife Service PO Box 1306, Room 5108 Albuquerque NM 87103
 
ZIP Code
87103
 
Solicitation Number
201817Q024
 
Response Due
6/29/2007
 
Archive Date
6/12/2008
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION: The U.S. Fish and Wildlife Service, Region 2 requires the services of a licensed land surveyor for the performance of a boundary survey for Rufus H. Duncan tract (22), Muleshoe National Wildlife Refuge, Bailey County, Texas. This acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement is set aside for small business. The primary North American Industrial Classification System Code (NAICS) is 541370, which has a size standard of $4 million in average receipts. This announcement constitutes the only notice. PROJECT INFORMATION: The government anticipates one award for a firm fixed price contract as a result of this competition. The period of performance for this contract is 30 days after receipt of Notice to Proceed. DESCRIPTION OF WORK: The surveyor must be a licensed land surveyor in the state of Texas. A. DESCRIPTION OF WORK The work under this order consists of: (1) Boundary Survey: Establish corners and lines according to written conveyances, descriptions and plats; from evidence of previous surveys; existing lines and monumentation; and written and oral testimony for the Rufus H. Duncan tract (22), Muleshoe NWR, Bailey County, Texas. CONTACT LISA RODRIGUEZ, Contracting Officer, PH: 505-248-6797 for a copy of the map for location of the tract to be surveyed. (2) Research: Do the research necessary to complete the required boundary survey work. (3) Clearing Line: Removal of brush and vegetation as needed to complete the work. (4) Tie Topographic Features: Tie all visible topographic features and any encroachments or protrusions along lines surveyed. Topographic features include fences, power lines, river, roads, gas/oil wells, etc. (5) Control: Establish state plane coordinates at the precision necessary to obtain an error of closure no greater than 1:20,000. The State Plane Coordinate System (NAD 83, U.S. survey foot or as otherwise directed) shall be the basis for bearings on the plat(s). Ties to control monuments shall be noted on plat(s) along with the applicable datum, grid reduction factors and the difference between grid north and geodetic north. All work preformed shall conform to the standards and practices required by state laws. (6) Monumentation: Standard United States Fish & Wildlife Service (USFWS) aluminum dig in type monuments shall be set on all exterior corners of the subject tract, whenever possible. On lines over 3000 feet long, Points on Line (POL) shall be set at proportional distances not to exceed 3000 feet. These monuments may consist of a Standard Fish & Wildlife Service aluminum cap on a 5/8" rebar 24" or longer. All corners shall have an orange carsonite witness post placed by them if a witness post does not already exist. A field book description of each corner (one corner per page) set will be furnished to the government if not shown in detail on the plat. In areas where fencing does not exist white carsonite boundary posts will be set on line at inter-visible distances not to exceed 1320 feet. All posting shall be shown on plats and drawings. The estimated length of boundary for each task is 4.2 miles. The estimated number of monuments to set is 10. (7) Computations: Computations necessary to complete the work. All computations will be furnished to the government. (8) Drafting: Plat with stamp and signature of registered surveyor will be furnished for all work. One Mylar and digital files of each plat will be furnished to the government. (9) REPORT OF SURVEY: Six copies of the Report of Survey shall be furnished to the government. A short narrative survey report will also be prepared describing any important or unusual circumstances encountered. (10) Field Notes: Original field notes and corner recordation forms as required by state law will be furnished to the government. B. TIME FOR COMPLETION (1) All work covered under this solicitation shall be completed within 30 calendar days after the receipt of the government's written notice to proceed. (2) The contractor shall begin work not later than 5 calendar days after receipt of written notice to proceed. C. SERVICES AND MATERIALS TO BE FURNISHED BY THE CONTRACTOR (1) The contractor shall furnish all personnel for the work and each person shall be fully qualified for the work he is to perform. (2) All state and local laws pertaining to land surveying shall be met, including corporate or company registration if required, as well as individual registration in the state which the work is to be done. The person supervising the survey shall hold a current State license to practice land surveying, and such name and license number shall be provided. (3) All transportation vehicles, survey and other equipment necessary to perform the work required shall be furnished by the contractor. All survey equipment shall be of such design and in such condition and adjustment that results obtained will fulfill and maintain the degree of accuracy required. (4) All rebar will be furnished by the contractor. D. RESPONSIBILITY Review of delivered work and acceptance will be the basis of final payment for the work. The Contractor shall be responsible for the professional quality and technical accuracy of the drawings/maps and other services furnished under this contract. The contractor shall, without additional compensation, correct or revise any errors or deficiencies in his drawings/maps or other services. E. INSPECTION AND ACCEPTANCE During the process of the work, any inspection of the work by the Contracting Officer or his representative shall be solely at their option. All work, and all of the Contractor's or Subcontractors plant, equipment, and personnel engaged in the work, shall be subject to and available for inspection by the Contracting Officer or his duly authorized representative at any time. F. PAYMENT (1) A partial payment may be made at the end of each month. Final payment will be made upon satisfactory completion and acceptance of the work. (2) The Contractor shall submit invoices to Billy Rasberry, Contracting Officers Representative in Albuquerque, NM (see address below). G. U.S. Fish and Wildlife Service Contacts: (1) Contracting Officer: Lisa Rodriguez U. S. Fish and Wildlife Service Division of Contracting and General Services P.O. Box 1306 Albuquerque, NM 87103 Telephone: 505-248-6797 Fax: 505-248-6791 E-mail address: lisa_rodriguez@fws.gov (2) Contracting Officer's Representative: Billy Rasberry U.S. Fish and Wildlife Service, Region 2 P.O. Box 1306, Room 3102 500 Gold Ave. SW, Albuquerque, New Mexico 87103 Telephone: 505-248-7414 Fax: 505-248-7399 E-mail address: billy_rasberry@fws.gov LEGAL DESCRIPTION: Whole: The West Part of Labor No. 12, more particularly described as beginning at a 1 inch pipe at corner of fence in the north line of said Labor No. 12, 224.6 varas from its northeast corner; Thence N.89?23'W. with fence 775.4 varas to its northwest corner: Thence S.0?30'W. 1000 varas to its southwest corner; Thence S.89?23'E. 779.8 varas along its south line to where it intersects fence; Thence N.0?15'E. with fence, 1000 varas to the place of beginning and containing 137.7 acres. All of Labor No. 13, containing 177.1 acres. All of Labor No. 18, containing 177.1 acres. The South and West part of Labor No. 19, more particularly described as beginning at southwest corner of Labor No. 19; Thence S.89?23'E. 1000 varas to pipe for its southeast corner; Thence N.0?30'E. with its east line 585.5 varas to 11/4 inch pipe under fence; Thence N.89?48'W. 218.4 varas to plunger coupling at corner of fence; Thence N.0?15'E. with fence, 411.4 varas to where fence intersects north line of this Labor; Thence N.89?23'W. 779.8 varas to northwest corner of this tract; Thence S.0?30'W.1000 varas to place of beginning and containing 161.1 acres of land. All of Labor 22, containing 167.1 acres of land; and All of Labor 23, containing 169.1 acres of land; for a total of 989.2 acres of land out of League Number 194, of the deed records of the Foard County School Land, as shown by plat recorded in Vol. 5, page 191, of the deed records of Bailey County, Texas. All of said lands lying wholly, in Bailey County, Texas. {Note! The property is listed in the tax rolls and by the broker as 993.5 acres}. Bounded on the south by lands of the United States of America, and on the north, east, and west by lands of unknown private owner(s). Taking: The southern 640 acres of the subject. Remainder: The whole save and except the southern 640 acres of the subject tract. Acres: Total: 993.5 acres Taking: 640 acres Remainder: 353.5 acres Water Rights (if any): None known, but will be sold if available. Other Rights: None known. Improvements (if any): Domestic well and water pipeline. QUOTE INFORMATION: QTY UNIT UNIT AMOUNT TOTAL AMOUNT 1 JOB $_____________ $_____________ SELECTION CRITERIA: Interested parties should submit qualifications on their company letterhead that addresses the rating criteria listed below. The SF-330, Architect-Engineer Qualifications form, is NOT being requested. Qualification statements are limited to three (3) letterhead pages (8.5 x 11), single or double spaced, and printed front side only with a font size no smaller than 10pt. Interested parties must submit 2 copies of their qualification documents. 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. Proximity of the contractor to the location of the project and knowledge of the locality of the project. 3. Specialized experience such as: rural or conservation easement boundary surveys; local courthouse legal description/plat map requirements; electronic data collection and computer generated plan development. 4. Capacity to accomplish the work in the required time. 5. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 6. Demonstrated experience with similar types of projects in the State of Texas within the last 5 years. In addition to the three page qualifications statement, firms must provide a customer reference list with addresses and telephone numbers for all projects listed as related experience. BASIS OF AWARD: Award will be made to the responsible quoter whose quote is responsive to the terms of solicitation and is most advantageous to the Government considering past performance and price equally. 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. SUBMISSION REQUIREMENTS: Those firms that meet the requirements described and wish to be considered must submit two copies of the complete package. The package must be received at the following address: U.S. Fish and Wildlife Service, Division of Contracting & General Services, 500 Gold Avenue SW, Room 5108, Albuquerque, New Mexico 87102, ATTN: Lisa Rodriguez, Contracting Officer. QUOTES ARE DUE BY 4:30pm LOCAL TIME ON JUNE 29, 2007. 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, and 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.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144852&objId=357162)
 
Place of Performance
Address: Muleshoe National Wildlife Refuge, Bailey County, Texas, 20 miles south of Muleshoe, Texas off south Highway 214
Zip Code: 79347
Country: USA
 
Record
SN01317996-W 20070615/070613221618 (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.