Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
MODIFICATION

C -- Surveying, Legal Boundary for Easements

Notice Date
6/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Minnesota State Office, 375 Jackson Street, Suite 600, St. Paul, Minnesota, 55101-1854
 
ZIP Code
55101-1854
 
Solicitation Number
AG-6322-S-10-0004
 
Archive Date
6/25/2010
 
Point of Contact
Todd R Davis, Phone: 6516027932
 
E-Mail Address
todd.davis@mn.usda.gov
(todd.davis@mn.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 1 Administrative update to notice to add the state of Minnesota to the location section so that the notice is searchable by state. CONTRACT INFORMATION: The USDA Natural Resources Conservation Service (NRCS) in Minnesota requires the services of licensed land surveyors for the performance of legal boundary surveys for Wetlands Reserve Program (WRP) and other conservation program easements. This acquisition process is being conducted in accordance with the Brooks Act as implemented in FAR Subpart 36.6 (Architect-Engineering Services). This procurement is solicited under the Small Business Competitiveness Demonstration Program in accordance with FAR Subpart 19.10, exceeds the emerging small business threshold for architectural and engineering services, and is not set aside for small businesses. The designated industry group for this acquisition is NAICS code 541370 [Surveying and Mapping (except Geophysical) Services], which has a size standard of $4.5 million. This office intends to award eight (8) contracts as a result of this notice, one with a different vendor for each of the following geographic areas. No vendor will be awarded more than one area, but vendors must specify the area number(s) for which they want to be considered. For example, a vendor may submit for consideration for all areas 1 through 8, but only one contract for one area could be awarded to that contractor. The type of contract to be awarded will be a requirements type task order contract as specified in FAR Part 16 and work will be ordered through the issuance of individual task orders on an as-needed basis (for surveys in the respective geographic areas) and in accordance with the resultant solicitation and contract (i.e. requirements, ordering limitations clauses, etc.) beginning approximately July 1, 2010 through June 30, 2011, for the base year, with the option on the part of the Government to renew for two (2) separate option periods of one year each. This announcement constitutes the only notice. Area 1 Kittson, Roseau, Lake of the Woods, Marshall, Pennington, Red Lake, Polk, Norman, Mahnomen, Clearwater, Beltrami, Hubbard, Koochiching, Itasca, St. Louis, Lake and Cook counties. Area 2 Clay, Becker, Wadena, Cass, and Crow Wing counties. Area 3 Aitkin, Carlton, Mille Lacs, Kanabec, Pine, Isanti, Chisago, Anoka, Stearns, Benton, Sherburne, Wright, Hennepin, Ramsey, Washington, Scott, Carver, Dakota, Rice, Goodhue, Wabasha, Steele, Dodge, Olmsted, Winona, Freeborn, Mower, Fillmore and Houston counties. Area 4 Otter Tail, Douglas, Pope, Todd and Morrison counties. Area 5 Stevens, Grant, Traverse and Wilkin counties. Area 6 Lincoln, Lyon, Redwood, Brown, Nicollet, Le Sueur, Pipestone, Murray, Cottonwood, Watonwan, Blue Earth, Waseca, Rock, Nobles, Jackson, Martin and Faribault counties. Area 7 Big Stone, Swift, Kandiyohi, Meeker and Chippewa counties. Area 8 McLeod, Lac Qui Parie, Yellow Medicine, Renville and Sibley counties. DESCRIPTION OF WORK: A list of surveys to be completed under this action is located in the attached statement of work. The surveyor must be a licensed land surveyor in the State of Minnesota. The Surveyor will provide a boundary survey of the easement area which meets the requirements of the attached statement of work. All projects shall be completed within 45 calendar days after issuance of a task order (to include the required pre-survey meeting through the post-survey meeting and submission of final survey deliverables to the NRCS office) unless the order states otherwise. SELECTION CRITERIA: Firms which meet the requirements described are invited to submit one original and three (3) copies of the attached Standard Form 330, Architect-Engineer Qualifications (completing both Part I and II). Firms who have recently completed a SF 330, and have confirmed with the NRCS office that it is still on file, need not resubmit an SF 330. However, should an offeror want to update the form a new one can be submitted and it will replace the one on file. All firms responding to this announcement will be evaluated on the following factors which are shown in no order of importance and all are equally important. 1. Professional qualifications necessary for satisfactory performance of required services. The Surveyor must be a licensed registered land surveyor in the State of Minnesota. Evaluation will include the level of formal education, the number of years licensed, and involvement in professional activities/organizations. 2. Specialized experience and technical competence in the type of work required Evaluation will be based on knowledge of local survey practices, records research, experience in conducting rural or conservation easement boundary surveys, 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. Evaluation will be based on ability to accomplish multiple work orders to completion within performance time stipulated in the statement of work and the ability to add personnel and/or consultants to complete work on time. Due to the nature of the easement programs surveying work tends to be seasonal and multiple delivery orders can be issued in a short period of time. The resultant solicitation and contract will stipulate limitations for the vendors’ obligation to perform and the governments’ obligation (maximum quantity) to order requirements for a given area. Vendors should especially focus on articulating how requirements up to the limit will be fulfilled in the required time, as well as plans for addressing quantities of surveys over the maximum limit. Evidence must be convincing and well articulated. 4. Past performance on contracts with Government agencies and private industry. Evaluation will be based on the firm’s past experience with other government agencies and the private section in performing the requirements described; cost control, quality, and timeliness of performance under previous contracts. References with name and telephone numbers must be provided. 5. Location in the general geographic area and knowledge of the locality of the project area Evaluation will be based upon the firm’s location to the geographic area for each of the award areas for which they wish to be considered and knowledge of the locality of the project. For firms outside the general project area(s), provide a plan to provide service in a cost effective manner. Firms must clearly indicate the office location where the work will be performed for each area.. 6. Demonstrated experience with similar types of projects in the State of Minnesota within the last five (5) years. Evaluation will be based on the firm’s experience in having conducted similar legal boundary surveys in the State of Minnesota within the last five (5) years. Use Section H of Part I of the SF 330 to provide relevant information regarding the above six (6) factors, if not adequately addressed in another section of the SF 330. For each of the eight (8) planned awards, firms will be ranked from most to least qualified. A request for proposal will be requested from the most qualified firm for each planned award and negotiations will be conducted to arrive at a fair and reasonable fee rate schedule that will be used to price individual task orders. If a mutually acceptable price cannot be negotiated, negotiations will be terminated and the process will be repeated with the next highest ranked firm, and so on, and so forth, with the next if acceptable pricing cannot be negotiated. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration contact the CCR Web Site at www.ccr.gov. It is also required that all contractors be registered in the Online Representations and Certifications Application (ORCA) to be considered for an award of a Federal Contract. For information regarding registration in ORCA, contact the ORCA web site at https://orca.bpn.gov. This is NOT a Request for Proposals but a Request for Qualifications. SUBMISSION REQUIREMENTS: All responsible firms that meet the requirements described herein, and wish to be considered, must submit an original and three copies of the complete package. OFFEROR’S MUST INDICATE THE GEOGRAPHIC AREA(S) THEY WISH TO BE CONSIDERED. The package must be received at the following address: ATTN: Todd Davis, Contracting Officer, USDA-NRCS, 375 Jackson Street, Suite 600, St. Paul MN 55101. Submittals are due by 3:00 pm local time on June 10th, 2010. 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 the firm, specialized technical expertise, or other requirements listed. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. The point of contact for this notice is Todd Davis, Contracting Officer, at phone number 651-602-7932 or email todd.davis@mn.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/MNSO/AG-6322-S-10-0004/listing.html)
 
Place of Performance
Address: Minnesota, Various Locations (TBD), Various Locations, Minnesota, United States
 
Record
SN02166122-W 20100604/100602235121-de83a45ce5082a82331718d06d79e87b (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.