Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
MODIFICATION

F -- Soil Mapping for Washington County, Alabama

Notice Date
3/14/2008
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Alabama State Office, 3381 Skyway Drive, Auburn, AL, 36830, UNITED STATES
 
ZIP Code
36830
 
Solicitation Number
AG-4101S-08-0004
 
Response Due
4/4/2008
 
Archive Date
4/19/2008
 
Point of Contact
Cortez Brundage, Contract Specialist, Phone 3348874516, Fax 3348874542, - Lynn Thomas, Contract Specialist, Phone 334-887-4507, Fax 334-887-4551
 
E-Mail Address
cortez.brundage@al.usda.gov, lynn.thomas@al.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Quotes (RFQ) are being requested and a written solicitation will not be issued. RFQ number is AG-4101-S-08-0004 is issued as a Request for Quotation and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-24. This is a total small business set aside with a business size of $4.5 million. The provisions at FAR 52.212-1, FAR 52.212-2, FAR 52.212-4, and FAR 52.212-5 apply to this solicitation. The Department of Agriculture, Natural Resources Conservation Service, Alabama State Office intends to make one firm fixed price award for soil mapping consisting of 25,000 acres in Washington County, Alabama in MLRA 133A, Southern Coastal Plain. Services are to be completed within 210 days after date of award. STATEMENT OF WORK: SCOPE OF WORK 1) Soils and landforms will be examined soils and landforms in the field. Compile and digitize soil boundaries, soil symbols, and other features identified on the Soil Description Legend and Conventional and Special Symbols Legend using ArcGIS? 9.2 or later version. Soil symbols, soil boundaries, and other symbols will be legible and of uniform size. 2) Soil boundaries will depict landforms accurately as described in the map unit description using traditional map compilation guidelines (digital) in accordance with National Soil Survey Handbook, Part 647. The soils in each delineation will be identified by direct field examination. Systematic traverses will be made in each map unit at an interval close enough to detect areas of five acres or more that require significantly different management. The detail of mapping will be consistent with the detail shown on adjacent completed field sheets. 3) The Contractor shall obtain permission to walk over the landowner?s property before conducting day-to-day field mapping activities. The Contractor shall follow the Soil Survey Mapping?Limited and Denied Access Areas, Part 608.04 guidelines, as cited in the National Soil Survey Handbook (NSSH) Part 608, Program Management. 4) No substitution and/or change in personnel from those originally proposed for this project will be permitted without prior approval of the Contracting Officer at least ten days in advance of any such change. 5) The contractor shall be responsible for 100% quality control of all work products. FIRST SUBMITTAL Within thirty (30) days of contract award, the Contractor shall submit 2,500 mapped acres (first submittal) and all related materials to the Contracting Officer Technical Representative (COTR). The submittal will be reviewed for completeness, accuracy, quality and full compliance with contract specifications. The Government?s review of the first submittal will be completed in approximately 10 workdays. Written notification accepting and/or rejecting any or all of the first submittal will be provided to the Contractor. Unacceptable or rejected mapped acres will be returned to the Contractor for correction and/or improvement. The Contractor shall correct/improve the rejected mapped acres and return them to the government within 10 workdays. All mapped acres comprising the first submittal must be approved and accepted in writing prior to submission of the first invoice. The Contractor may submit an invoice for 10% of the total contract amount upon receipt of written acceptance of the first submittal (2,500 mapped acres). A minimum of 2,500 acres shall be submitted for review and approval by the COTR every thirty days until all work has been completed and approved. Project completion shall be 210 calendar days after award. DATA REQUIREMENTS On the last Friday of each month, the Contractor shall submit a brief (1 page maximum) progress report to the Contracting Officer. The report must include the contract number, total number of acres completed during the previous thirty (30) days, the number of acres accepted and rejected during this time frame and the total accepted and rejected to date. The successful offeror shall submit a proposed schedule to the Contracting Officer for approval within ten (10) days after contract award for the timely completion of this project. If the Contractor fails to meet the approved performance schedule, the monthly report will also specify the corrective actions the Contractor will take to comply with the performance schedule. Mapped acres submitted for approval shall be in ink and joined to adjacent field sheets. Acreage of each map unit shall be measured and recorded. Completed mapping shall be supported by field notes, profile descriptions, traverse notes, and transects. As a minimum, the Contractor will provide 2 profile descriptions for each map unit component for each map unit exceeding 200 acres and at least one transect for each map unit in excess of 100 acres. The location of all transects and field notes shall be identified by the Global Positioning System (GPS technology) coordinates and each transect or note will be located and identified on the front and back of the soil survey field sheet. Transects will consist of 10 holes per transect and will be logged on MO-15 Soil Transect Data Sheets (Exhibit 1). Profile descriptions will be logged on MO-15 Soil Description Sheets (Exhibit 2). The Contractor shall collect data (field notes, transects, profile descriptions) to document recommendations for potential mapping units not identified on the current soil identification legend. All data relating to this project and generated during the performance of this contract shall be legible, organized in an orderly manner and submitted for approval by NRCS prior to final payment. MATERIAL TO BE FURNISHED BY THE CONTRACTOR The contractor shall furnish all labor, transportation, materials and equipment, including Global Positioning System receiver (+/- 5 meters accuracy), ArcGIS? 9.2 or later version, soil augers, hand probe, spades, clinometers, stereoscope, etc., needed to successfully complete the contract. MATERIAL FURNISHED BY THE GOVERNMENT The following materials will be provided to the successful offeror awarded the contract. All Government- furnished materials remain the property of the Government and shall be returned to the Contracting Officer in good condition upon completion of the contract and prior to final contract payment. MATERIAL QUANTITY a. Base maps (1:24,000 scale aerial photography) approx. 3.5 quarter quads b. Quadrangle maps approx. 4 c. Soil Identification Legend 1 d. 37A - Conventional and Special Symbols Legend 1 e. Map unit descriptions applicable to the area of work 2 f. MO-15 Soil Description Sheets and Soil Transect Data Sheet approx. 9 sheets of each QUALITY ASSURANCE 1) Completed field mapping shall be submitted to the Government for review and approval no more than once (1) a month. 2) The Government will review submittals within approximately ten (10) working days of receipt to assure all completed mapped acres meet the quality and accuracy specified in the references stated in the Performance Requirement Summary (attachment A), and comply with contract specifications. Unacceptable and/or rejected field mapping will be returned to the Contractor for correction. Rejected field mapping must be corrected and resubmitted the following month. Mapping, which has been previously submitted and returned for correction, should be identified accordingly. The Contractor will be notified in writing as to the acceptance or rejection of field mapping. PAYMENT Payment will be made by Electronic Funds Transfer (EFT) based on the number of acceptable acres mapped by the Contractor during the previous thirty (30) day period. As stated in the Quality Assurance paragraph of this Scope of Work, the Contractor will be notified in writing as to the number of acres accepted and/or rejected. One invoice per thirty (30) days will be accepted and should be submitted in triplicate and in accordance with the payment clause and other clauses of this contract. No payment will be made for unacceptable or rejected acres mapped or during months when no mapped acres are submitted for review. PERFORMANCE PERIOD The successful offeror shall submit a performance schedule within ten (10) days after contract award to the Contracting Officer for review and approval. All work shall be completed, delivered and accepted within 210 calendar days after contract award. (This includes shipping, review, and return and correction time.) EVALUATION In accordance with Federal Acquisition Regulation 52.212-2, Evaluation-Commercial Items, the following factors will be used to evaluate offers: 1.) Technical Capability: the offeror?s technical capability to meet the Government?s requirement and demonstrated competency; and 2.) Past Performance: the offeror?s performance on similar previous projects within the past 3 years. 3) Professional Registration or Certification: the offerors registered professional soil classifier and ARCPAC certifications. 4) Price: the offerors price to complete the project. Technical and past performance factors, when combined, are equal in importance to price. A firm fixed price for completed Soil Mapping of Lamar County, Alabama stating the unit price per acre and total price must be submitted to be considered for award. Interested vendors should reply in writing to the attention of Cortez Brundage no later than April 4, 2008 at 2:00 P.M. (Central Time). Submission in response to this solicitation should include the following: (1) Documentation as a Registered Professional Soil Classifier, licensed to practice in the State of Alabama.; (2) Certifications or other related experience which would demonstrate knowledge or expertise in soil classification; (3) Provide a minimum of three references who can provide past performance information relating to soil classification. The information should include the company name, point of contact, address, telephone number, and email address, if available; (4) Submit your firm?s fixed unit price per acre and total price quote for Soil Mapping the total 25,000 acres in Washington County, AL, inclusive of all labor, materials, equipment, travel, etc. Offers must be complete and clearly labeled with the appropriate solicitation number to be considered for award. Incomplete submissions may not be considered. Offers should be addressed to the USDA-NRCS Alabama State Office, ATTN: Cortez Brundage, 3381 Skyway Drive, P.O. Box 311, Auburn, AL 36830. Place the solicitation number in the lower left corner of the envelope. Telephone and fax inquiries will not be honored. Email all questions to Cortez Brundage, at cortez.brundage@al.usda.gov. The following clauses listed under FAR 52.212-5 are also incorporated by reference and apply to this solicitation; FAR 52.203-6, FAR 52.219-6, FAR 52.222-3, FAR 52.222-19, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.232-33, FAR 52.239-1, FAR 52.222-41, FAR 52.222-42, FAR 52.222-44 Contractors are required (FAR 4.1) to register in the Central Contractor Registration (CCR) database located at http://www.ccr.gov and to complete and updated electronic representations and certifications, at least annually, (FAR 4.1201) at ORCA, http://orca.bpn.gov to be considered for award. Questions should be directed to the CCR Assistance Center at 1-888-227-2423. This process should be initiated as soon as possible as it may take several days to complete. Failure to register by close of business on the third day after notification of a possible award by the Contracting Officer may cause rejection of your offer. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/NRCS/ALSO/AG-4101S-08-0004/listing.html)
 
Place of Performance
Address: Washington County, Alabama
Zip Code: 36545
Country: UNITED STATES
 
Record
SN01533548-F 20080316/080314235258 (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.