Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOLICITATION NOTICE

C -- Surveying for the Design and Installation of Conservation Practices

Notice Date
5/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Idaho State Office, 9173 West Barnes Drive, Suite C, Boise, Idaho, 83709-1574
 
ZIP Code
83709-1574
 
Solicitation Number
NRCS-PR-11-001
 
Point of Contact
Oriel Vélez, Phone: 787-766-5206 ext 242
 
E-Mail Address
oriel.velez@pr.usda.gov
(oriel.velez@pr.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The Natural Resources Conservation Service (NRCS) - Caribbean Area announces a Request for Qualifications (RFQ), SF330 Architect-Engineer Qualifications, for Professional Engineering and/or Professional Surveying firms or individuals interested in contracting for A&E Services for surveying for the design and installation of conservation practices such as but not limited to open channels, grassed waterways, irrigation water reservoirs, sediment basins, diversions. This announcement is open to all businesses regardless of size located in Puerto Rico. The government contemplates the award of one or two indefinite delivery-indefinite quantity contracts as a result of this competition. The initial contract period will be for one year and the government may, at its option, extend the contract to a maximum of five years by exercising each of the four one year renewal option. The firm(s) selected are guaranteed a minimum of $ 500.00 in fees for the base year and a maximum of $ 1,000,000,000 in fees over the contract period. There is no guaranteed minimum for the award and option period if exercised. The SF330 must clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographical location. The firm(s) must have a Professional Land Surveyor or Engineer licensed and registered in the Land Surveying Register of Puerto Rico. A copy of the engineer/surveyor license shall be submitted with the SF330. Task orders will be issued for each assignment. Task orders will be more specific in terms of location, acreage, survey requirements, deliverables, etc. Work under each of these task orders will be subject to satisfactory price negotiation prior to issuance of a Notice to Proceed (NTP). Task orders will be awarded as firm fixed price procurements utilizing the evaluation factors for all awardees. The surveys will be conducted in farms with Environmental Quality Incentive Program (EQIP) contracts that require the installation of conservation practices. These farms are located throughout Puerto Rico and will be assigned in the individual task orders. In option year, if the option is exercised, location of the work may be in any location in Puerto Rico. To qualify, firms will need to have the ability to perform design surveys. Survey services shall include obtaining all data necessary to facilitate the design of the practices. Survey work shall include but not be limited to research, field surveys (including conducting location surveys, profiles, cross sections, topographic surveys, and vertical and horizontal control surveys), field notes, computations, monumentation, a survey map, surveyor's report, boundary description, and construction layout when practice design is completed. Survey shall be in accordance with standard survey practice and as documented in the NRCS National Engineering Manual, Part 540 - Field Surveys and Part 541 - Drafting and Drawings, Technical Release (TR) 62, Engineering Layout, Notes, Staking and Calculations and National Engineering Handbook, Section 650 - Engineering Field Handbook, Chapter 1, Surveying and Section 641, Drafting and Drawings. All work shall also comply with the laws that regulate the certification, licensing and practice of the engineering and land surveying professions, as amended, with the regulations set forth by the College of Engineers and Land Surveyors of Puerto Rico (CIAPR) and the Examining Board for Engineers and Land Surveyors as well as agreements and directives legitimately adopted by the General Assembly and the CIAPR's Governing Board. For each practice to be surveyed and designed NRCS will provide the surveyor any material that is readily available for the project from NRCS files. This may include a photographic layout that shows the planned location of the profiles, cross sections, outlets, practices and other site specific requirements, deeds, maps preliminary title commitment, abstracts of title, and aerial photographs. In addition, the successful firm(s) will be provided with contact information for the farmer or landowner needing the EQIP practices. The firm will be required to contact the farmer or landowner prior to starting any survey work. The successful firm(s) will be required to deliver a completed surveying package that is ready for the designer use. This will include survey documentation, such as but not limited to, print of the preliminary and final survey map, field survey notes, survey report, and return of all material loaned to the contractor by NRCS. All surveying drawings must be submitted using AutoCad Civil 3D, version 2008 or later or other similar CAD software that is directly convertible to AutoCad Civil 3D. Survey field work shall include at least two referenced benchmark that can be used for location, layout and construction control of the practices. Selection Criteria: All firms responding to this announcement will be evaluated on the following factors listed in descending order of importance: 1. Specialized experience and technical competence in surveying. Evaluation will be based on the extent of directly related experience in surveying. Examples of work shall be documented for review and described on the Form SF330. Provide a description of the approach used to resolve problems resulting from conflicts of surveys, possession or title. Proposals will be evaluated based on the complexity and the similarity to the work described in this solicitation. 2. Professional qualifications necessary for satisfactory performance. Evaluation will be based on the number of qualified personnel and their knowledge and level of experience associated with their ability to perform work on this contract. Provide a copy of a minimum of one Professional Land Surveyor or Engineer licensed and registered in the Land Surveying Register of Puerto Rico. 3. Capacity to accomplish the work on the required time. Evaluation will be based on the number of personnel available in the disciplines necessary to accomplish the work described in this solicitation, the quantity of existing work under contract by the firm and the schedule for the completion of other work under contract with other clients. Describe the average time required to complete and assignment (giving that time requirement is dependent on project size and topography), please give a general estimate of time requirement based on past performance. Firms must provide a project workload schedule showing proposed team members for the project period. 4. Past performance on contracts with government agencies and private industry. Evaluation will be based on the firm's past experience with other Federal and Puerto Rico government agencies and the private sector to perform the requirements of this solicitation in terms of cost control, quality of work and timeliness, in the past three years. References with contact names and telephone numbers must be provided (list at least three - preferably Federal). 5. Location in the general geographical area of the project and demonstrated knowledge of local conditions. Evaluation will be based on the firm's knowledge of surveying parameters in Puerto Rico, knowledge of the locality of the project area, and the firm's proximity to the municipalities included in this request. 6. Sample Document. Provide a legible copy of a survey for review and describe how it was priced (list the relevant factors used to establish the price). The sample survey provided must be from one of the references listed above. 7. Cost/Price. Cost/Price to be evaluated after award. 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 http://www.ccr.gov/. Those firms that meet the requirements described and wish to be considered must submit 6 copies of SF330 to Oriel Vélez, Contracting Officer, Natural Resources Conservation Service, 654 Muñoz Rivera Ave. Suite 604, Hato Rey, PR 00918. Proposals must be received in this office no later than 4:00 p.m. on June 30, 2011. Facsimile copies will not be accepted. 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. Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. Contracting Office Address Department of Agriculture, Natural Resources Conservation Service, 654 Muñoz Rivera Ave. Suite 604, Hato Rey, PR 00918 Place of Performance Throughout Puerto Rico, as indicated in the task orders.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/IDSO/NRCS-PR-11-001/listing.html)
 
Record
SN02458868-W 20110529/110527234029-a8d7d1fd3008f911dac54fcb7156f1c1 (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.