Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

C -- Region Six Boundary Surveys

Notice Date
4/21/2009
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Western Washington Acquisition Area, Gifford Pinchot NF, 10600 NE 51st Circle, Vancouver, Washington, 98682
 
ZIP Code
98682
 
Solicitation Number
AG-05K3-S-09-0003
 
Archive Date
6/2/2009
 
Point of Contact
Justin C Holder,, Phone: 360 891-5082, Lisa N Peterson,, Phone: 360-891-5080
 
E-Mail Address
jholder@fs.fed.us, lnpeterson@fs.fed.us
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
The U.S. Department of Agriculture, Forest Service, Pacific Northwest Region has a requirement for Architectural and Engineering services, specifically Boundary Survey work, to be performed on various forests throughout Oregon and Washington. The intent of the Forest Service is to issue Indefinite Delivery, Indefinite Quantity (IDIQ) task order type contracts, with multiple awards (up to 15 ) being made. The intent of each contract will be to obtain land surveying services as identified in each individual task order. Contractors will be required to furnish all labor, materials (except those items identified as being Government-furnished), transportation, equipment, tools, operating supplies, and incidentals to complete the work as specified. All work shall be performed by, or under the direct supervision of a person licensed to practice surveying in the state(s) where the project is located. Project locations are on or near National Forests throughout Region Six, which includes areas in both eastern and western Oregon and Washington. The Forest Service intends to award to a mix of firms located throughout Oregon and Washington assuring a high level of expertise regarding the geographic locations of the project sites. An IDIQ contract will be negotiated and awarded to those firms ranked as the most highly qualified. The period of performance for the contracts will be five years from the date of award. Delivery orders will be competed among the firms receiving award of a contract utilizing the procedures outlined in FAR Part 36 and the Brooks Act. The Government anticipates awarding up to 15 contracts as a result of this advertisement, but may make fewer awards in order to assure the most advantageous arrangement of firms to meet the Governments needs. At a minimum, two of the contracts awarded will be made to SBA certified HUBZone firms. The portion of this project not set-aside for HUBZone firms is issued for unrestricted competition. The maximum order limitation for each contract will be $1,000,000 over the five year period and the minimum guarantee for each award is $2,500.00. The total of all awards made under all contracts issued, when combined, will be less than $5,000,000.00. SUBMISSION REQUIREMENTS: The SF 330 Part I shall be limited to 30, 8.5x11 pages with a minimum font size of 10. Submit the following: a) One (1) original and two (2) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key sub-consultants) addressing following selection criteria information; and b) one compact disk copy, in Adobe Acrobat format, of the complete SF330 being submitted by the firm. SF330, Part I, Section B - Contract Information: In Block 5, list firm’s Dunn and Bradstreet in addition to the name of the firm. SF330, Section D - Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key sub-consultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level surveying positions.) SF 330, Section E - CRITERIA 1 - PROFESSIONAL QUALIFICATIONS: Firm shall provide the professional qualifications of the proposed team members assigned to this project. Discuss licensed land surveyors and party chiefs proposed for the contract. SF330, Section F - CRITERIA 2 - SPECIALIZED TEAM EXPERIENCE: Provide specialized experience and technical competence of the proposed team members assigned to this project. Offerors should demonstrate Specific experience, knowledge and familiarity with the types of land surveys expected to be performed under this contract. Cadastral surveys of rural lands including corner search, dependent resurveys of the PLSS, as well as riparian boundaries, land partitions, and mapping products should be addressed. Submission Requirements: For each firm, provide a maximum of ten (10) specific completed projects that best illustrate overall team experience. Include within block 24 of SF330, Section F, a brief narrative of performance for respective project. Discuss effectiveness by listing budget/estimated cost, award amount, final costs, change order rate and adherence to performance schedules. SF330, Section G - Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in Section F, provide a maximum of ten (10) projects. SF330, Section H - Additional Information requested by Agency: Address the remaining Criteria 3 through 5; additional sheets may be used, if required. Clearly identify the Criteria number and title. CRITERIA 3 - CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME. Submission Requirement: Firms shall describe their capacity to accomplish work in required time frames. Indicate the firm’s present workload and the availability and qualifications of the project team (including field and office support personnel and consultants) for the specified contract performance period. Indicate specific type and amount of applicable field and office equipment available for this contract. Demonstrate survey expertise in applications of GPS, computer-aided drafting, and aerial photo control. CRITERIA 4 - PAST PERFORMANCE WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY WITH RESPECT TO COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES; Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: For each project provided as experience under Criteria 2, list any applicable favorable awards and commendations. Other performance evaluation results and awards may also be listed separately. Submit samples of the finished products for these projects. Firms shall reference agency/company issuing evaluation/award/commendation and respective date. If the project listed is a federal contract, state evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, please indicate this to be the case. Please address the following components of past performance for each project provided as experience under Criteria 2: -Original contract price and any modifications that increased cost and the reason for modification, -Original contract time and actual completion date (circumstances for contract extensions may be addressed) -Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty; b) Describe the prime’s QC program; who is primarily responsible for the QC program, how does the prime firm ensure quality consistently across the entire team. Illustrate success in implementing the program; and c) Address the team’s QC processes for checking and verifying for errors. CRITERIA 5 - LOCATION: Firm's location within and demonstrated knowledge of the general geographical areas in which projects could be located. Address local knowledge and familiarity with conditions within the contract area, including those having possible effects on scheduling, costs, and complexity of procedures. Include the location of main offices, branch offices, and sub-consultants offices. For the purpose of the project work described in this document, Region Six is broken down in to five geographic areas as follows: -Area 1 - Northern Washington - covering the Colville, Okanogan-Wenatchee and Mt Baker-Snoqualmie National Forests -Area 2 - Lower Columbia and Olympic Penninsula - covering the Gifford Pinchot, Olympic, and Mt. Hood National Forests and the Columbia River Gorge National Senic Area -Area 3 - Northeastern Oregon and Southestern Washington - covering the Umatilla, Wallowa-Whitman and Malheur National Forests -Area 4 - Southeastern Oregon - covering the Deschutes, Ochoco, and Fremont-Winema National Forests -Area 5 - Southwestern Oregon - covering the Rogue River-Siskiyou, Umpqua, Willamette, and Siuslaw National Forests Submission Requirements: Describe and illustrate the team’s knowledge and experience working in the above-stated geographical area(s). Firms must indicate in which of the geographic areas listed above they are qualified for and interested in performing work in. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments and excess number of pages will be excluded from the evaluation process). To be eligible for contract award, a firm must be registered in both the Central Contractor Registration Database (http://www.ccr.gov) and the Online Representations and Certifications Application (http://orca.bpn.gov). The firms that are evaluated by the Evaluation Board (EB) as the most qualified shall receive the RFP package with the terms and conditions applicable to all task orders issued under this master contract. Those firms that meet the requirements in this announcement and wish to be considered must submit their packages per above listed Submission Requirements, to: USDA Forest Service Gifford Pinchot National Forest Attn: Contracting 10600 NE 51st Circle Vancouver, WA 98682 Submissions will be made no later than 3:30 p.m., PST, on May 18, 2009. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. E-mail address for inquiries is: jholder@fs.fed.us
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46230fba07dad95a53507f0f18ae0de7&tab=core&_cview=1)
 
Place of Performance
Address: Gifford Pinchot National Forest, 10600 NE 51st Circle, Vancouver, Washington, 98682, United States
Zip Code: 98682
 
Record
SN01798050-W 20090423/090421220607-46230fba07dad95a53507f0f18ae0de7 (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.