Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

Y -- RECOVERY - HEALTHY FOREST AND FUELS REDUCTION PROJECT IMPLEMENTATION PROJECT LANDLINE BOUNDARIES ON THE SUPERIOR NATIONAL FOREST, MINNESOTA

Notice Date
4/7/2010
 
Notice Type
Cancellation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, Eroc East, 1720 Peachtree Road NW, Atlanta, Georgia, 30309, United States
 
ZIP Code
30309
 
Solicitation Number
AG-4419-S-10-0561
 
Point of Contact
Kellee A Jones, Phone: 4043473071, Violet Crawford, Phone: 4043475288
 
E-Mail Address
kajones02@fs.fed.us, vcrawford@fs.fed.us
(kajones02@fs.fed.us, vcrawford@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY: This procurement is funded under the American Recovery and Reinvestment Act (ARRA) of 2009. USDA – Forest Service, Superior National Forest is seeking a Minnesota licensed land surveyor to provide boundary line surveys of rural class property to recover, restore and mark the property boundary of National Forest land in multiple townships throughout the Superior National Forest in Minnesota. All work shall be performed by or under the direct supervision of a person licensed to practice Land Surveying in the State of Minnesota. This project contains eight items and three Optional items. It is the intent of USDA Forest Service to award one or more contract(s) regarding this procurement. The Contractor shall furnish all labor, supervision, materials (except Government furnished materials listed in C.2), supplies, equipment, transportation and incidentals necessary to provide survey services in accordance with the terms and conditions contained herein. General Scope of Work: The NAICS code is 541370 and the Size Standard is $33.5 million. The A-E firm shall: 1)Obtain public land survey system dependent resurveys, subdivision of sections and surveys; identification, verification, restoration, location and monumentation of original general land office (GLO) corners, other corners, and associated water/riparian boundaries; 2)Posting of property boundaries; 3)Preparation of surveyors reports, control diagrams, Certificates of Survey, and Corner Certificates and recording fees; 4)Other miscellaneous work incidental to the surveying profession. SELECTION CRITERIA: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the FAR. A-E firms will be selected in accordance with FAR Sub Part 36.6 to perform the work. Potential contractors shall be evaluated in terms of the evaluation criteria identified below by demonstrating their understanding of regulations and standards, the intent and objective of the contract, the type, size and scope of the project. Specific Evaluation Criteria: A-E firms responding to this announcement will be evaluated on the factors listed below in descending order of importance: (1) Professional Qualifications Professional qualifications necessary for satisfactory performance of required services; Is the person in responsible charge, a Minnesota Licensed land Surveyor. (2) Location and Geographic Knowledge Location in the general geographical area of the projects and knowledge of the locality of the projects. (3) Specialized Experience and Technical Competence Proposed personnel must show competence in the type of work required, and show examples of similar work within the last 5 years. (4) Capacity to Perform the Work Offeror shall provide specific information supporting that they (including subcontractors) will have the capacity to perform the required work in addition to their existing workload within the required time frames, and show similar projects satisfactorily completed within the last 5 years. (5) Past Performance Offeror shall provide specific information on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with the performance schedules. Submittal Package Requirements: Qualified firms desiring consideration shall submit: 1)One (1) hard copy and an electronic copy of Standard Form 330 (SF 330), Parts II, Architect-Engineer Qualifications (if unable to provide electronic copy – two (2) hard copies will be sufficient) 2)An organizational chart of key personnel assigned to this project showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C of form SF 330. 3) Responses to the evaluation criteria outlined above 4) Any additional information that will best demonstrate the interested firm’s suitability for this project. Hard copy submittals shall be in an 8 ˝” x 11” inch format, developed and assembled in a manner that chronologically corresponds to and addresses the Technical Evaluation Criteria and should not exceed 15 double-sided pages, including the SF 330. Please include DUNS, CAGE, and TIN and state registration numbers in Block 30 of the SF 330. Copies of SF 330 are also required for all consultants, subcontractors or joint firms. SF 330 form can be found at the following website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. This synopsis is the only notification that is required 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. SEND PACKAGE TO: USDA - Forest Service EROC - EAST Attn: Violet Crawford 1720 Peachtree Rd., N.W. Atlanta, GA. 30309 Submissions received via facsimile will NOT be considered. Responses must be received no later than 5:00 pm, Eastern Time, May 18, 2010. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Contract Information: A Firm Fixed-price A-E Services contract will be awarded for this effort. Estimated start date for the contract is on or before June 1, 2010, with a contract period of 565 days from date of contract award. 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, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Registration in Online Representations and Certifications Application (ORCA) is required to be considered for this acquisition (http://www.bpn.gov). Prospective awardee shall be registered in the Central Contractor Registration (CCR) database for the NAICS code advertised, prior to award. Information on registration may be obtained via the internet at: http:www.ccr.gov or by calling 1-888-227-2423. Questions regarding this acquisition must be received via e-mail no later than May April 22, 2010, 12:00 pm, Eastern Time, addressed to Violet Crawford at vcrawford@fs.fed.us. Answers to all inquiries will be posted as an amendment to this synopsis as soon as practicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aefad8e8896e9fa5bc95b17a9236e17e)
 
Place of Performance
Address: Superior National Forest, 8901 Grand Avenue Place, Duluth, Minnesota, 55808, United States
Zip Code: 55808
 
Record
SN02114965-W 20100409/100407234928-aefad8e8896e9fa5bc95b17a9236e17e (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.