Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2009 FBO #2621
SOLICITATION NOTICE

C -- Cadastral Surveying

Notice Date
1/27/2009
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AE-R2-0002
 
Response Due
2/23/2009 4:00:00 PM
 
Archive Date
3/6/2009
 
Point of Contact
Kirk Roegner,, Phone: 3032755288
 
E-Mail Address
kroegner@fs.fed.us
 
Small Business Set-Aside
N/A
 
Description
- Change the email question and answer period cut-off date from February 2, 2009 to February 6, 2009. - Change the offeror package due date from not later than 4:00 pm, Mountain Time, February 23, 2009, to not later than 4:00 pm, Mountain Time, February 27, 2009. - Replace the entire original solicitation in its entirety, and replace the original with the copy that is identified and provided below. ***Do not use or follow any instructions in the previous solicitation text.*** NEW SOLICITATION TEXT: ______________________________________________________________________ U.S. Department of Agriculture, Forest Service Solicitation v.2 for Professional Surveying Services _______________________________________________________________________ The U.S. Department of Agriculture, Forest Service, Rocky Mountain Region is hereby soliciting for qualified firms interested in providing Professional Surveying Services over the next five years. It is anticipated that multiple contract(s) will be awarded to provide Professional Surveying Services in the states of Colorado, Kansas, Nebraska, South Dakota and Wyoming. This work may include, but is not limited to: boundary surveys, rights-of-way surveys, topographic surveys, control surveys, and engineering surveys. The estimated starting date for the contract(s) is 1 April 2009. The involved National Forests have been divided into geographic areas called "Zones", it is anticipated a separate contract will be awarded for each Zone. Firms submitting proposals must identify the Zone or Zones for which they wish to be considered, and must employ a State Licensed Land Surveyor in the state the Zone encompasses. Since Zone 5 includes a three state area, licensure will only be required in one of the three states; however task orders will only be awarded to firms qualified by licensure in the state where the work is. Firms must be licensed in all States where the zone(s) are located, if bidding on more than one zone. Specific to Zone 5 which includes a three state area (South Dakota, Nebraska and a small portion of Wyoming) is segregated into 3 sub zones. Sub zones are: 5a South Dakota; 5b Wyoming (Black Hills NF only) and 5c Nebraska. Firms may bid on Zone 5 as a whole or on one or more of the sub zones. Firms must be licensed in the State(s) if bidding on more than one sub zones or in all States if bidding on Zone 5 as a whole. These geographic "Zones" are defined as follows: Zone 1: Grand Mesa/Uncompahgre/Gunnison, White River, Rio Grande, San Juan and Routt National Forests (CO) Zone 2: Pike and San Isabel, and Arapaho and Roosevelt National Forests, Pawnee and Comanche National Grasslands (CO) Zone 3: Medicine Bow, Big Horn, Shoshone National Forests and Thunder Basin National Grasslands (WY) Zone 4: Cimarron National Grasslands (KS) Zone 5: Black Hill National Forest (WY & SD), Buffalo Gap and Ft. Pierre National Grasslands and the Nebraska and Samuel R. McKelvie National Forests and the Oglalla National Grasslands (NE) Type of Contract(s) The Forest Service anticipates the award of multiple Architect-Engineer (A-E) based, Indefinite Delivery, Indefinite Quantity contract(s) There will be a base year of 12 months, and an option to extend the contract up to four additional one-year periods (not exceeding five years total). The estimated start date for the referenced IDIQ contracts is on or about April 1, 2009. Task orders issued under the basic contracts will include a specific statement of work and will be negotiated as individual projects. The cumulative total of all task orders issued under each contract cannot exceed $2,000,000 for each one-year performance period with a minimum price guarantee for each contract awarded of $2,500.00, and is guaranteed for the base year of the contract only. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Type of Work This work may involve surveying and posting the legal property boundaries of National Forest System Lands. Tasks may include but are not limited to: project records research, notification of adjoining land owners, corner search, monumentation and perpetuation of property corners and controlling corners, and boundary posting or maintenance of previously posted boundary lines. Boundary surveys generally include the retracement of Homestead Entry Surveys, Mineral Surveys, rectangular surveys of the Public Land Survey System, and section breakdowns. It is also anticipated that task orders can be awarded for right-of-way surveys, topographic surveys, planimetric/site surveys, control surveys, mapping and platting. Specific to Zone 5 which includes a three state area (South Dakota, Nebraska and a small portion of Wyoming) is segregated into 3 sub zones. Sub zones are: 5a South Dakota; 5b Wyoming (Black Hills NF only) and 5c Nebraska. Firms may bid on Zone 5 as a whole or on one or more of the sub zones. Firms must be licensed in the State(s) if bidding on more than one sub zones or in all States if bidding on Zone 5 as a whole. Firms qualified and interested in providing professional surveying services of the type listed above are hereby invited to submit Form SF-330. Firms submitting proposals will be evaluated on the following basic qualifications and specific qualifications. *NOTE: Basic Qualifications and Specific Qualifications outlined in the narrative below are approximately equal in weight. How to be Considered - Basic Qualifications Evaluation This group of evaluation criteria will be rated in descending order of precedence 1. Firm should demonstrate a thorough and professional understanding of proper survey methods, laws and procedures to meet State and/or Federal survey requirements. Firm shall designate a Registered Land Surveyor or Registered Land Surveyors to be in charge and responsible for projects within the Zone(s). 2. Firm(s) should demonstrate the ability to provide qualified personnel. Personnel will be evaluated based upon type of experience, professional licensing, knowledge of the PLSS, level of formal education, and amount of continuing education including the Certified Federal Surveyor Program. Greater consideration will be given to those firms who have a Professional Surveyor licensed within the Zone State that have a minimum of five years experience with surveys of the PLSS within the geographic area(s). The Registered Land Surveyor/Registered Land Surveyors designated as being in charge and responsible, must demonstrate cadastral survey experience with a professional, complete and thorough understanding of the technical and legal approaches to the proposed work, as defined by the applicable State standards and the 1973 BLM Manual of Surveying Instructions for Surveys of the Public Lands. Provide resumes of licensed Land Surveyors and key personnel to include all PLSS surveying experience, and any prior BLM and/or U.S. Forest Service cadastral survey experience as an employee or contractor, for the last 5 years. Any actions and /or stipulations from the State Board for Licensure for Professional Engineers, Architects, and Land Surveyors for past 3 years will be evaluated. 3. Firm should demonstrate the ability to provide a sufficient amount of capital, personnel and survey equipment, including survey grade GPS equipment, to successfully complete various sized projects in the required time. Greater consideration will be given for the amount of successfully completed previous Government contracts over $25,000.00; the ability to provide an adequate amount of qualified personnel to complete projects within scheduled parameters; the ability to fully equip personnel, and the flexibility to supply additional qualified personnel. 4. Firm(s) should demonstrate professional knowledge of the geographical area(s) of concern, the ability to successfully perform survey projects in the geographic area(s) being proposed, and the ability to logistically handle project(s) if awarded contracts in more than one geographic area. This includes demonstrated knowledge of the survey history (local and government), knowledge of local survey records access and where they are maintained (recorded or non-recorded), in the geographic area. Greater consideration will be given to firms located in, or within 100 miles of the perimeter of, the geographic area for which they wish to be considered. 5. Firm(s) should fully describe the quality control processes or plan used by the firm and the project management approach to be used to perform survey services and to insure compliance with contract specifications. Agency Specific Qualifications This group of evaluation criteria will be rated in descending order of precedence. 1. Firms shall submit copies of three public lands (cadastral) type survey plats i.e. Mineral Surveys, PLSS retracement, section sub-division (or similar). One of the survey plats must be for a section subdivision survey, in addition, one topographic survey map, and two corner certifications (if applicable in your state) involving public lands survey monuments. 2. Firm shall submit a 1-2 page narrative that demonstrates and discusses the following specialized topics: a. specialized experience and technical competence in the following areas: completing PLSS surveying projects in rural or rural/urban interface areas according to the Manual of Surveying Instructions, 1973; geodetic aspects of the PLSS datum; obtaining azimuths by use of GPS and solar observations, conducting real-time kinematic and static and rapid (fast)-static GPS surveys in rugged mountainous terrain; least squares network adjustments of both GPS and conventional survey data; all PLSS computations: the use of OPUS procedures and the use of GPS and conventional methods combined. b. The procedures used to complete previous public lands surveys, especially those that involve unusual survey procedures. c. The approach used on previous surveys to resolve problems resulting from conflicting evidence, especially those involving the use of collateral evidence and lost or obliterated corners. d. Discuss the use of modern survey technologies such as GPS, and how it was applied both technically and logistically to accomplish project work relative to the retracement of the PLSS or similar projects. e. Describe in detail the use of GPS technology to resurvey and mark and post boundary lines in a timbered environment and the combined use of conventional (total stations) and GPS. **There will be a ten day email question period for all offerors. Questions must be received not later than 4:00 pm, Mountain Time, February 6, 2009, addressed to kroegner@fs.fed.us Questions and answers will be posted on fedbizopps as soon as practicable. 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 firm, or specialized technical requirements. Following an evaluation of the basic and specific qualifications, firms deemed the best qualified to provide the type of services required will be chosen for negotiations in each Zone or Zones. **Do not submit any pricing information until requested to do so. Selection of firms for negotiations shall be made through an order of preference based on demonstrated competence, qualifications and evaluation criteria necessary for the satisfactory performance of the type of professional services proposed. (Federal Agencies select firms for A-E contracts on the basis of professional qualifications as required by the Brooks A-E Act (40 U.S.C. 1101-1104) and Part 36 of the Federal Acquisition Regulation (FAR).) This acquisition is not set-aside and is unrestricted for full and open competition. Firms that have the qualifications to perform the services described above and wish to be considered for these contracts should submit four copies of Standard Form (SF) 330, parts I and II, as well as responses to the qualification / evaluation criteria outlined above; Please include your DUNS, CAGE, TIN. Copies of the SF 330 part II are also required for sub-consultants or joint firms in accordance with SF 330 instructions. This synopsis is the only notification that is required or that will be made for this acquisition. Failure to submit a package with all required documentation outlined in this synopsis may result in disqualification of the firm. Offerors are informed that the SF 254/SF 255 are no longer permissible and will not be considered in response to this announcement. All documentation will be in a bound 8 x 11 format, developed and assembled in a manner that chronologically corresponds to and addresses the Qualification/Evaluation criteria. The submittal should consist of no more than ten projects. This entire proposal should not exceed 60 double-sided pages, meaning 60 sheets with data on both sides for a total of 120 data sheets, not to include covers and dividers. Submissions received via e-mail or facsimile will NOT be considered. Registration in Online Representations and Certifications Application (ORCA) is required to be considered for this acquisition (http://www.bpn.gov). Responses must be received not later than 4:00 pm, Mountain Time, February 27, 2009. Send four copies of your submittal to USDA Forest Service, Rocky Mountain Region; Attention Kirk Roegner, Contracting Officer, 740 Simms Street, Golden, CO 80401-4720. The North American Industry Classification Code is 541370 and the size standard is $4.5 million. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2df56c10505fa8464a6c97f26e750624&tab=core&_cview=1)
 
Place of Performance
Address: 740 Simms, Golden, Colorado, 80401, United States
Zip Code: 80401
 
Record
SN01738940-W 20090129/090127220129-2df56c10505fa8464a6c97f26e750624 (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.