Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

C -- Boundary Surveying Services - SOW

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, International Institute of Tropical Forestry, 1201 Calle Ceiba, San Juan, Puerto Rico, 00926, United States
 
ZIP Code
00926
 
Solicitation Number
AG-F430-S-10-0002
 
Archive Date
9/21/2010
 
Point of Contact
Amelia Davila, Phone: 7877665335
 
E-Mail Address
ameliadavila@fs.fed.us
(ameliadavila@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
SCA WD 05-2461, Rev 11 Exhibits 2 thru 6 Statement of Work This is a combined synopsis/solicitation for boundary surveying services in accordance with the Brook's Architect and Engineering Act (PL 92-852) and the Federal Acquisition Regulation (FAR) Part 36. This announcement constitutes the only solicitation; proposals are being requested and a hard copy solicitation will not be issued. Solicitation Number AG-F430-S-10-0002 is hereby issued and as a Request for Proposal. Firms desiring consideration must submit a completed Standard Form (SF) 330 no later than 06 September 2010. CONTRACT INFORMATION: This competitive procurement is a Total Small Business Set Aside that may result in one or two contract awards. Architect and Engineering (A&E) services are required for Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) for Surveying Services to support the United States Forest Service (FS), International Institute of Tropical Forestry (IITF) in Puerto Rico. Selection of an A&E firm(s) is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Only firms considered highly qualified will be awarded a contract. Rates will be negotiated for each 12-month period of the contract. The contract term for the award(s) will be three (3) years. Work under this contract(s) to be subject to satisfactory negotiation of individual task orders, with the total value not-to-exceed $500,000 over the three (3) year life of the contract. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. The applicable NAICS Code is 541370. The Size Standard dollar amount is $4.5 million, average annual receipts. PROJECT INFORMATION: The selected firm(s) will be required to execute cadastral surveys and related services for IITF in Puerto Rico. The scope of work performed may include: (1) retracements surveys, dependent resurveys, metes and bounds surveys, the meandering of bodies of water, and posting and marking boundary lines, (2) the search for and evaluation of records, (3) the search for and evaluation of collateral and physical evidence, (4) field data collection and measurements, (5) documentation of corner point establishment or (re)establishment, and monumentation, (6) preparation and submission of reports, field notes, and plats, (7) marking and posting of boundary line, (8) Preparation of documents for the United States Forest Service Standards. Interested vendors must be Engineering or Land Surveying firms. The required discipline is Professional Land Surveying Services with additional related support disciplines. The Project Surveyor must be a Registered Land Surveyor, in Puerto Rico with a current license in good standing. The contractor must provide all labor, materials, equipment, transportation, subsistence, and other resources necessary (except as furnished by IITF), to perform all work set forth in the Statement of Work. SELECTION CRITERIA: In evaluating the proposals, the following criteria will be applied, listed in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of required services (includes but not necessarily limited to educational and background experience of registered land surveyors(s) who will be performing the work, including college, vocational school, continuing education, etc.) (2) Specialized experience and technical competence in the type of work required. Experience recognizing boundary defects such as latent boundary ambiguities, conflicting surveys, adverse claims, encroachments, unauthorized uses, etc.; such defects normally do not appear in the public records. Demonstrate knowledge of and technical competence necessary to conduct the following: real-time kinematic and VRS (GPS) surveys, least squares network adjustments of both GPS and conventional survey data. List experience with geodetic, computational, and AutoCad software. In support of this, interested Contractors must submit exhibits of cadastral surveys in rural, forested areas of a type that may be found in project sites within the Zones subject to this prospectus. Each exhibit may be accompanied by a Report of Survey. Evaluation will cover all parts of the survey and report of survey including: format and neatness; evaluation of ground evidence such as rock piles, fences, roads, aerial photos, etc.; reference to title and survey records; procedures and descriptions used to subdivide and monument cadastral surveys; evaluation and documentation of original evidence (complexity); documentation of adjoiner's testimony; accuracy statement and certification; the firm's Quality Control Plan addressing office and field procedures and techniques when performing surveys; and any other pertinent information. (3) Capacity to accomplish the work in the required time (Contractors must include information on current and projected workload). (4) Past performance on cadastral survey contracts with Government agencies and private industry, performed in rural and wooded terrain similar to the project areas proposed in this prospectus, in terms of cost control, quality of work, and compliance with performance schedules. Information provided should demonstrate project management capabilities based on size and number of previous similar projects, type and adequacy of support capabilities such as office and field equipment, time and manpower allotted to the project, list of technical personnel and their qualifications and capacity work of the potential magnitude of the contracts described in this prospectus. Past performance on both Forest Service and non-Forest Service projects will be considered. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria, which are: (a) Knowledge of local surveying historical practices, records repositories, and land ownership patterns. (b) Exhibits of both data collection (field notes) and final drawings. Evaluation will cover exhibit format and clarity. Interested firms are limited to providing three exhibits. (c) The volume of work awarded by the Forest Service will be evaluated with the objective of effecting an equitable distribution of the contracts among qualified firms, including minority or small disadvantaged firms, or other small firms that propose to subcontract significant portions of the work to small or disadvantaged firms. SUBMISSION OF REQUIREMENTS: Interested A&E firms having the capabilities to perform this work are invited to submit one (1) original and one (1) completed paper copy of their SF 330 (Architect-Engineer Qualifications) to USDA Forest Service, International Institute of Tropical Forestry, Jardin Botánico Sur, Attn: Ms. Amelia Dávila, 1201 calle Ceiba, San Juan, PR 00926-1119. SF 330, 6/2004 edition must be used, and may be obtained from the following website: http://www.gsa.gov/portal/forms/download/SF330. Include your DUNS number in SF 330 Part I, Section B, Block 5. You may obtain a DUNS number by calling Dun & Bradstreet at 1-800-234-3867 or via the Internet at http://www.dnb.com/US/index.asp. A missing DUNS number could result in the offeror being considered non-responsive. Information may not be incorporated by reference in the SF 330. All fonts shall be at least 12 or larger. Pages shall be 8-1/2 inches by 11 inches. Part I of the SF 330 is limited to 40 pages. Blank sheets/tabs separating the sections within the SF 330 will not count in the aforementioned page count maximum for Part I. The organizational chart required in section D and the matrix required in Section G, Part I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used, it shall be neatly folded to 8-12 inches by 11 inches, bound into the SF 330 at the proper location and counted as one page. A maximum of 5 (five) projects, including the prime and consultants, will be reviewed in Part I, Section F. Use no more than one page per project. When listing projects in Part I, Section F an Indefinite Delivery Contract with multiple Task Orders as examples is not considered a project. In Block G-26, along with the name, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later than 2:00 P.M. Eastern Standard Time on 06 September 2010. Regulation requires not considering any submittals received after this time and date. Late proposals rules in FAR 15.208 will be followed for submittals received after 2:00 P.M. Eastern Standad Time on the closing date specified in this announcement. Faxed submission WILL NOT be accepted. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review. Interviews will be conducted by telephone. This is not a Request for Proposal. Solicitation packages are not provided. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Amelia Dávila at: ameliadavila@fs.fed.us. To be eligible for contract award, a firm must be registered with the following databases: Central Contractor Registration (CCR) and the Online Representations & Certifications Application (ORCA). For instructions on registering with CCR, please visit the CCR website at https://www.bpn.gov/ccr. For instructions on registering with ORCA, please visit the ORCA website at https://orca.bpn.gov/. Contract Office Address and Point of Contact: USDA Forest Service, International Institute of Tropical Forestry, Jardin Botánico Sur, Attn: Ms. Amelia Dávila, 1201 calle Ceiba, San Juan, PR 00926-1119
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4678ed09216b7d7bfe8d7e32a6f8bb49)
 
Place of Performance
Address: USDA Forest Service, International Institute of Tropical Forestry, Jardin Botanico Sur, 1201 calle Ceiba, San Juan, Puerto Rico, 00926, United States
Zip Code: 00926
 
Record
SN02229876-W 20100807/100805235055-4678ed09216b7d7bfe8d7e32a6f8bb49 (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.