Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

C -- Boundary Surveys for Easement in New Jersey

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, New Jersey State Office, 220 Davidson Avenue, 4th Floor, Somerset, New Jersey, 08873
 
ZIP Code
08873
 
Solicitation Number
AG-2B29-S-09-0004
 
Archive Date
9/19/2009
 
Point of Contact
Lenora C. Jordan, Phone: 732-537-6084, Janice Reid, Phone: 732-537-6042
 
E-Mail Address
lenora.jordan@nj.usda.gov, janice.reid@nj.usda.gov
(lenora.jordan@nj.usda.gov, janice.reid@nj.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The Natural Resources Conservation Service (NRCS) in New Jersey is seeking engineering/surveyor firms qualified to provide cadastral/boundary surveys of proposed wetland easement areas in support of the Wetland Reserve Program. NRCS intends to award multiple Basic Ordering Agreements (BOA) or Indefinite Delivery- Indefinite Quantity (IDIQ) contracts. The resultant contract will apply to statewide projects through individual task orders issued to acquire sufficient capacity to meet workload requirements, delivery dates or the Government’s negotiation objectives. Each award will allow the Government to place specific task orders for a period of up to five (5) years. The minimum guarantee for each BOA/IDIQ will be $5,000, which is expected to be met upon the issuance of the first task order. The cumulative value of task orders issued under one award will not exceed $300,000. No firm will receive an award for more than one Basic Ordering Agreement/IDIQ Contract as a result of this solicitation. Task orders will be firm fixed price and will be subject to the successful negotiation of price and performance time. The minimum and maximum size (in dollars) task order that a firm will be required to accept will be established separately for each award, provided however that the minimum size will be no greater than $5,000. NRCS will reserve the right to award a portion of its requirement to qualified firms other than those selected under this solicitation in order to meet certain agency procurement goals. DESCRIPTION OF SERVICES: Boundary survey work shall include record research, field surveying, boundary monumentation, field notes, computations, survey map, surveyor’s report, boundary description, electronic copy of survey in georeferenced AutoCAD DWG format or ESRI Shapefile format, and surveyor's certificate addressing title subjections. All electronic files must be submitted on CD-R or DVD-R media. REQUIREMENTS FOR SURVEY MAPPING: All surveys are to be submitted on hardcopy map and will be closed traverses meeting a minimum accuracy of 1/10,000 after angular adjustments. Methods used to obtain this requirement are at the discretion of the surveyor. All work must be performed under the direct technical supervision of a professional surveyor licensed to practice in New Jersey. PRE-SELECTION CRITERIA: In order to be evaluated for possible selection, a firm must have at least one professional, licensed surveyor registered in the State of New Jersey. SELECTION CRITERIA: Firms will be evaluated on the following factors: 1. Professional qualifications necessary for satisfactory performance of required services (20 points). Evaluation will be based on specialized formal education, documented training and continuing education of those persons who will be performing the work. 2. Specialized experience and technical competence in the type of work required (20 points). Evaluation will be based on knowledge of local survey practices, records research and the approach used on previous surveys to solve problems resulting from conflicting title or physical evidence. 3. Capacity to accomplish the work in the required performance time (15 points) - Evaluation will be based on ability to accomplish multiple work orders to completion within performance time and the ability to add personnel and/or consultants to complete work on time. 4. Past performance in terms of cost control, quality of work, and compliance with performance schedules (15 points). Evaluation will be based upon the firms past experience in performing the requirements similar to those described herein, cost control, quality and timeliness of performance under previous contracts with government agencies and the private sector. References including points of contact and telephone numbers must be provided. 5. Location in the general geographic area of the project zone and knowledge of the locality of the project area (10 points) - Evaluation will be based upon the firms' proximity to the State of New Jersey and the specified project zone in which the work will be conducted in. Each firm must specify the project zone in which they are submitting a qualification package. If the firm is willing to work in other areas, those project zones should be identified - for firms outside of the project zone, provide plan to provide service in a cost effective manner. Firms must clearly indicate the office location where the work will be performed. 6. Technical approach (20 points) – Evaluation will be based on firm’s written description of its technical approach to providing the required services. The description of technical approach should include descriptions of the following processes: a) methods and techniques your firm will use to perform the type of work required, b) process for corner searches, c) resolution of issues resulting from conflicting evidence, d) process for accomplishing control survey, e) monumentation of corners, and f) creation of required shape files. SUBMITTAL REQUIREMENTS: Interested and qualified firms should submit no later than 4:00 p.m., September 4, 2009: Standard Form 330, Part I Architect-Engineer Contract Specific Qualification and Part II Architect-Engineer General Qualifications. Four (4) sets of the qualification package shall be submitted. Narrative documentation should be included to address each of the six (6) evaluation factors listed in this announcement. Please limit narrative responses to one page per evaluation factor. This procurement is unrestricted and awards will be made without respect to the size or other socio-economic characteristics of a firm. The primary North American Industrial Classification System Code (NAICS) is 541370. A firm must be registered in the Central Contractor Registration (CCR), www.ccr.gov, and in the Online Representations and Certifications (ORCA), www.orca.gov, in order to receive an award of an award as a result of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NJSO/AG-2B29-S-09-0004/listing.html)
 
Place of Performance
Address: Statewide, United States
 
Record
SN01900824-W 20090807/090806002153-1c01a4c3218f9ec4050f93d4f455d735 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.