Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
MODIFICATION

C -- IDIQ - Forestwide Boundary Survey Services Hoosier National Forest

Notice Date
2/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin - Hoosier NF, 811 Constitution Ave, Bedford, Indiana, 47421, United States
 
ZIP Code
47421
 
Solicitation Number
AG-52B1-S-10-0014
 
Archive Date
6/30/2010
 
Point of Contact
Mark Corse, Phone: 812.277-6863
 
E-Mail Address
mcorse@fs.fed.us
(mcorse@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
CHANGE DATE FOR RECEIPT OF RESPONSES TO THIS SOURCES SOUGHT TO READ FEBRUARY 22, 2010. CORRECT SOURCES SOUGHT TO CITE THE HOOSIER NATIONAL FOREST AND CORRECT THE REFERENCED SOLICITATION NUMBER The USDA Forest Service, Eastern Region, HOOSIER NATIONAL FOREST, BEDFORD, INDIANA plans to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Professional Surveying Services. The work will primarily involve surveying and marking property boundaries of land within the Hoosier National Forest Boundary. The Hoosier National Forest is divided into 2 Ranger Districts; The Brownstown Ranger District (Headquartered in Bedford, Indiana) and the Tell City Ranger District (Headquartered in Tell City, indiana). Up to two contracts may be awarded, one for each Ranger District. Contract will include a base year and 4 options of 1 year each. Fixed price task orders issued under the basic contract will include a specific statement of work and be negotiated as individual projects. The cumulative total of all task orders issued under this contract cannot exceed $1,000,000 for the total 5 year period. The minimum guarantee for the 5 year period is $10,000 during the life of the contract. This is a 100% Total Small Business Set Aside. Individual task orders will be issued against each contract as needed to accomplish the work. Completion time will vary with each individual task order, and will be negotiated prior to task order award. The contracts will not preclude the Forest Service from using its own surveyors, or other surveying firms to perform surveys in the project area. The types of Professional Services include, but are not limited to, identification, monumentation and perpetuation of property corners and controlling corners for land surveys performed to locate property boundaries, boundary line posting and maintenance of previously posted lines. The projects may also include right-of-way surveys, topographic surveys, geodetic control, mapping and other incidental work normally associated with the survey profession. The A/E firm shall furnish all services, materials, supplies, plant, labor, equipment, investigations, inspections, tests, studies, superintendence and travel as required. The projects may be located at various locations throughout the Hoosier National Forest. Only firms with Registered Professional Surveyor(s) licensed in the State in of Indiana will be considered. An Indiana Registered Professional Land Surveyor must be assigned to each task order. Firms will be evaluated on the following factors in order of priority: (1) Professional qualifications necessary for satisfactory performance of required services. Provide information pertaining to your firm’s Indiana Registered Professional Land Surveyors (RPLS). Include experience in conducting of Public Land Surveys. Indicate anticipated level of involvement of each RPLS on this project. (2) Capacity of the firm to provide the required services in the required time: List your firm’s available personnel and procedures used to ensure reasonable deadlines are met. Include any proposed subcontractor(s) and specify what duties they would perform. Include SF Form 330 part I and Part II as necessary for all proposed sub-contractors. (3) Past performance on contracts with government agencies (Federal, State and Local) and private industry in terms of cost control, quality of work and compliance with performance schedules. Provide between 3 and 7 references for projects that are similar in scope to cadastral surveys and boundary line marking. (4) Specialized experience and technical competence in the type of work required. Highlight projects involving boundary surveys that required property line marking performed by the key personnel that will be assigned to the work. Proposal should also include the firm’s quality control plan for field and office work. (5) Proximity of the firm to local project area: Indicate where your nearest office is in relation to the Project Headquarters. (Bedford, Indiana and Tell City, Indiana). If not within a 50-mile radius of the Project Headquarters, indicate how you plan to provide service in a cost-effective manner. The A/E firm will not receive travel reimbursement for same-day travel to/from either project headquarters for any required face-to-face meetings. (6) Cadastral Survey knowledge, records research, and resolution of conflicting evidence: Discuss your firm’s knowledge of cadastral survey practices, records research and the approach you have used on previous surveys to resolve problems resulting from conflicting title or physical evidence. Include one Record of Survey from a boundary survey, sealed by a licensed land surveyor who will conduct boundary surveys under an awarded contract. The survey should demonstrate principles relevant to these criteria. Firms qualified and interested in providing the Boundary (Cadastral) Survey Services described in this synopsis are invited to submit Standard (SF) 330, Architect-Engineer and Related Services Questionnaire in one (1) original and three (3) copies with appropriate data to USDA Forest Service to be received by 3:00 p.m. eastern time, February 22, 2010. Parts 1 and 2 must be completed and submitted for all contractors, subcontractors and proposed consultants. NO FAXED, ELECTRONIC, TELEGRAPHIC OR TELEPHONIC SUBMITTAL WILL BE ACCEPTED; failure to forward the paper copies of the requested documents will result in your firm not being considered for award. Interest parties can submit their information to: USDA Forest Service, Allegheny National Forest, Ohio River Basin Shared Procurement Cluster, ATTN: Mark Corse/Solicitation AG-52B1-S-10-0014, 4 Farm Colony Drive, Warren, PA 16365-5206, The Forest Service intends to offer a formal solicitation and enter into negotiations with the highest rated technical offer. If a mutually agreed to contract cannot be reached, then the Contracting Officer will formally terminate negotiations with the highest rated technical offer and proceed with negotiations with the second highest rated technical offeror. The intent is to have a contract award prior to March 1, 2010. If an offeror has no past performance, they will receive a neutral rating. To be eligible for consideration, a firm must be registered in both the Central Contractor Registration (CCR) database (http://www.ccr.gov) and the Online Representations and Certifications Application (http://orca.bpn.gov) prior to submitting their SF 330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f880a15cc3f47262d3bbd2f7240c6525)
 
Place of Performance
Address: Indiana, United States
 
Record
SN02062715-W 20100212/100210235004-f880a15cc3f47262d3bbd2f7240c6525 (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.