Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

R -- Idaho Cadastral Survey Services IDIQ (Area 2-6)

Notice Date
6/2/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, National Centers Region, BLM-BC NATIONAL BUSINESS CENTER* BC664 BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
NDR080066
 
Response Due
7/2/2008
 
Archive Date
6/2/2009
 
Point of Contact
Denise Bickler Contracting Officer 3032369443 Denise_Bickler@blm.gov;
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Land Management (BLM) is seeking Architect-Engineer (A-E) services under Indefinite Delivery-Indefinite Quantity (IDIQ) contract(s) to execute boundary surveys and related services for the BLM in the State of Idaho. Surveys under these contracts will be conducted under the BLM's federal survey authority for the identification of boundaries of federal or trust lands and other administrative purposes. ***** The scope of work performed may include: (1) retracements, surveys, dependent resurveys, subdivision of section surveys, including three-mile method of subdivision, within the Public Land Survey System, and/or metes and bounds surveys, homestead entry surveys, mineral surveys, the meandering of bodies of water, and posting and marking boundary lines, (2) the search for and evaluation of records, (3) the search for and evaluation of collateral and physical evidence, (4) field data collection and measurements, (5) documentation of corner point establishment or (re)establishment, and monumentation, (6) preparation and submission of field tablets, reports, draft field notes, and preliminary plats, (7) marking and posting of true line, (8) Preparation of documents for the Department of Interior Land Boundary Evidence Standards. Interested vendors must be architectural and engineering or Land Surveying firms. The required discipline is Professional Land Surveying Services with additional related support disciplines. The Idaho PLS Project Surveyor must be a Registered Land Surveyor, in the State of Idaho with a current license in good standing. The contractor must provide all labor, materials, equipment, transportation, subsistence, and other resources necessary (except as furnished by the U.S. Department of Interior, BLM), to perform all work set forth in the Statement of Work. ***** DEFINED GEOGRAPHICAL AREAS BY COUNTIES AND GUARANTEED MINIMUM AND MAXIMUM FOR EACH AREA. The guaranteed minimum, expressed in dollars, is the minimum value of work that the BLM will order during the life of the contract. The maximum, also expressed in dollars, is the total value of all work that could be ordered by the BLM during the life of the contract. Area 2) Clearwater, Idaho, Latah (includes only the portion of the Nez Perce Indian Reservation), Lewis, and Nez Perce Counties. The guaranteed minimum over the life of the contract shall be $5,000. The maximum amount for the life of the contract awarded shall not exceed $1,000,000. Area 3) Custer and Lemhi Counties. The guaranteed minimum over the life of the contract shall be $5,000. The maximum amount for the life of the contract awarded shall not exceed $500,000. Area 4) Bannock, Bear Lake, Bingham, Bonneville, Butte, Caribou, Clark, Franklin, Fremont, Jefferson, Madison, Onieda, Power, and Teton Counties. The guaranteed minimum over the life of the contract shall be $5,000. The maximum amount for the life of the contract awarded shall not exceed $1,000,000. Area 5) Blaine, Camas, Cassia, Gooding, Jerome, Lincoln, Minidoka, and Twin Falls Counties. The guaranteed minimum over the life of the contract shall be $5,000. The maximum amount for the life of the contract awarded shall not exceed $500,000. Area 6) Adams, Ada, Boise, Canyon, Elmore, Gem, Payettte, Owyhee, and Washington Counties. The guaranteed minimum over the life of the contract shall be $5,000. The maximum amount for the life of the contract awarded shall not exceed $500,000. The following evaluation criteria, listed in descending order of importance, will be used in the evaluation of prospective firms. ***** (1) PROFESSIONAL QUALIFICATIONS: The MINIMUM requirement is that each vendor must identify a Project Surveyor(s) that possess a current Idaho Professional Land Surveyor License (Idaho PLS) in good standing. The Idaho PLS Project Surveyor will be the surveyor assigned to be in responsible charge of the project and the survey crew. The Idaho PLS project Surveyor will be required to have a personal, physical presence at the location of the field survey to evaluate collateral and physical corner evidence. The Idaho PLS Project Surveyor will be the surveyor issued Assignment Instructions from the Bureau of Land Management (BLM) to execute BLM's federal survey authority for the identification of boundaries of federal or trust lands and other administrative boundaries. The Idaho PLS Project Surveyor may also be assigned to prepare Department of Interior Land Boundary Evidence Standards such as: Land Description Review, Chain of Survey research, and Certificate of Inspection. The lack of an Idaho PLS Project Surveyor makes the candidate/firm ineligible. Consideration will be given to those Idaho PLS Project Surveyors that have been licensed in Idaho for a minimum of five years at the time this contract is awarded. Additional credit will be given to Idaho PLS Project Surveyors that can demonstrate a minimum of five years of PLSS (rectangular and non-rectangular) survey experience in the geographic area(s) considered. Additional consideration will be given to those candidates/firms who have identified an Idaho PLS Project Surveyor that has successfully completed or is currently enrolled in the Department of the Interior, BLM/ACSM administered Certified Federal Surveyor (CFedS) Training program. Additionally, credit will be given to candidates or firms with respect to past or current involvement in professional and community activities; i.e., membership and roles taken in professional organizations/societies, graduate course studies in PLSS surveys, continuing education courses, and community involvement/projects. All resumes of the Idaho PLS Project Surveyors should include all PLSS surveying experience, including land boundary survey experience on Indian Reservations, any prior BLM and/or U.S. Forest Service (USFS) cadastral survey experience as an employee or contractor, and level of formal education. ***** (2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN PROVIDING LAND SURVEY SERVICES WITHIN THE PUBLIC LAND SURVEY SYSTEM. Demonstrate Idaho PLS Project Surveyor(s) specialized experience and technical competence in completing PLSS (rectangular and special surveys) projects including: resurvey of riparian boundaries, metes-and-bounds surveys, and resurveys of U.S. Indian Service surveys and/or survey of Indian Allotments. Experience recognizing boundary defects such as latent boundary ambiguities, conflicting surveys, adverse claims, encroachments, unauthorized uses, etc.; such defects normally do not appear in the public records and typically are not insured against by a title insurance policy or disclosed in a Title Status Report. Demonstrate knowledge of the geodetic aspects of the PLSS datum and technical competence necessary to conduct the following: real-time kinematic and static Global Positioning System (GPS) surveys, least squares network adjustments of both GPS and conventional survey data. List experience with geodetic, computational, word processing, and AutoCad software. Quantify the amount of experience using software capable of specialized PLSS computations for fieldwork and platting of cadastral surveys. Greater consideration will be given to those candidates/firms who have experience using Cadastral Measurement Management (CMM) software, Autodesk AutoCad, Cadastral Automated Plat Drafting (CAPD) Lisp programs, and Microsoft Word. Describe your quality control processes and the project management approach that will be used to perform survey services awarded under this contract. Attach three filed survey plats or Records of Survey, and three Corner Perpetuation and Filing (CP&F) records, that illustrate PLSS surveys and/or section subdivisions performed in the last five years by key personnel. Provide examples of both township and subdivisional boundaries dependently resurveyed, and PLSS boundary corners monumented or remonumented, including any secondary and/or special methods used in completing complex PLSS surveys. ***** (3) KNOWLEDGE OF THE GENERAL GEOGRAPHICAL AREA: Demonstrate the firm's and Idaho PLS Project Surveyor(s) knowledge of the geographical area(s) of concern and how it impacts the ability to successfully perform survey projects in the geographic area(s) being proposed. Demonstrate the firm's knowledge of the geographical area(s) of concern and how it impacts the ability to successfully perform survey projects in the geographic area(s) being proposed. Demonstrate the firm's ability to logistically handle multiple project(s) if awarded contracts in more than one geographic area. Include a narrative that summarizes the candidates knowledge of the survey history (local and government), within the geographic area, and knowledge of local survey records access (recorded or non-recorded) in the geographic area. Explain where the base of operation for the Idaho PLS Project Surveyor(s) is relative to the geographic area(s) where they wish to be considered. ***** (4) CAPACITY: Firm is required to demonstrate the ability to provide a sufficient amount of capital, qualified personnel and survey equipment, including survey grade GPS equipment, to successfully complete various sized projects in the required time. Greater consideration will be given if the Idaho PLS Project Surveyor(s) can devote 80-100 % of their time, on-site, to each survey project until a project is completed. Additional consideration will be given for demonstrating successful completion of government PLSS boundary survey contracts over $25,000. This would include demonstrating the ability to provide an adequate amount of qualified full time personnel to complete projects within scheduled parameters, ability to fully equip the personnel, and the flexibility to supply additional qualified personnel if needed. ***** (5) PAST PERFORMANCE ON PREVIOUS CONTRACTS WITH RESPECT TO TIME, COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH ESTABLISHED PERFORMANCE SCHEDULES: Provide details on the 5 most recent cadastral survey projects that have been completed, to include contact information of the person most familiar with the contractor's performance. ***** (6) SUPPLEMENTAL DATA: Includes resumes, professional licenses of land surveying firm's personnel and Idaho Professional Land Surveyors (PLS) project surveyor license number and date received, certificates of continuing education, transcripts, affidavits, percentages of time that key personnel will be made available, copies of final plats and Corner Perpetuation and Filing from surveys performed illustrating Public Land Survey System (PLSS) type survey projects (gaps, overlaps, original surveys, retracements, resurveys, and subdivision of sections), contact information for key personnel from previous projects or contracts; a narrative detailing logistical concerns, solutions, and the ability to cope with the geographical area characteristics and/or challenges; and any other narratives that may provide the BLM an opportunity to gain insight on the character, performance, and expertise not gained from standard documents. Submission of office brochures is encouraged only to the extent that they graphically (via drawings and photographs) substantiate the work specifically described on the SF-330. Failure to provide supplemental data may disqualify any firm from further consideration. ***** This requirement is open to both large and small businesses under the Small Business Competitive Demonstration Program. The Government anticipates awarding multiple contracts. One firm may be awarded a contract in more than one geographic area. Firms must clearly indicate each geographical area for which they wish to be considered. Work shall be performed under task orders that definitize the scope of services for each specific project. The term of each contract will be one base-year with four one-year options. ***** All interested, qualified firms are invited to submit an original and one copy of a letter of interest, and a completed Standard Form 330 with supplemental data (one original and three copies). Submit all documents to: Bureau of Land Management, Bldg. 50 - Denver Federal Center, Denver, Colorado 80225, Attn: Denise Bickler, Contracting Officer. Responses must be received not later than 4:00 P.M. Mountain Daylight Time, July 2, 2008 in order to be considered for selection. Contractors must be registered or update their registration at the Central Contractor Registration website at http://www.ccr.gov in order to facilitate award of a contract. Contractors should also register or update their registration at the Online Representations and Certification Application website at http://orca.bpn.gov/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=98a0b0ae7d55d75c70cc337930752b61&tab=core&_cview=1)
 
Place of Performance
Address: Statewide
Zip Code: 83709
 
Record
SN01584460-W 20080604/080602215356-98a0b0ae7d55d75c70cc337930752b61 (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.