Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
MODIFICATION

C -- IDIQ for A&E Land Survey Services TX - Solicitation 1

Notice Date
7/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Texas State Office, 101 South Main Street, Temple, Texas, 76501-7602
 
ZIP Code
76501-7602
 
Solicitation Number
AG-7442-S-11-0085
 
Archive Date
8/30/2011
 
Point of Contact
Chip Burnette, Phone: 2547429921
 
E-Mail Address
chip.burnette@tx.usda.gov
(chip.burnette@tx.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NRCS Land Survey Specifications Solicitation AG-7442-S-11-0085 The Natural Resources Conservation Service (NRCS) is seeking submittals of Standard Form 330 "Architect-Engineer Qualifications" for an Indefinite Delivery Indefinite Quantity (IDIQ) contract utilizing firm fixed price task orders for Land Surveys for NRCS Easement Programs within the State of Texas. The resulting contract will be primarily for metes and bounds property boundary surveys, and may include some topographic surveys. Services to be provided include all labor, equipment, materials, services and supplies required to complete land surveys, prepare reports and maps for acquisition, and mark tract boundaries. CONTRACT INFORMATION: The Government will select one top-ranked firms to award an IDIQ contract. The estimated start date for this contract is 15 September 2011. The contract will include one base year and four option periods. Work under this contract is subject to the successful negotiation of individual task orders. The price of any single task order shall be at least $2,000.00, but shall not exceed $500,000.00. The maximum amount for each contract period (base year and each option) shall be $1,000,000.00. The guaranteed minimum is $10,000.00 for the base period only. There is no guaranteed minimum for the option periods, if exercised. There will be no future synopsis in the event options included in this contract are exercised. The NAICS Code for this acquisition is 541370, the Small Business size standard is $4.5 million. This announcement is open to small businesses only. PRESELECTION CRITERIA: Firms must meet the following criteria in order to be considered for an award under this requirement: (1) One or more professional land surveyors registered in the State of Texas with a minimum of five years experience in real property boundary surveys; (2) Ability to field three 3-man survey crews experienced and capable of performing real property boundary surveys; (3) Performed at least 10 real property boundary surveys in Texas in accordance with the Texas Professional Land Surveying Practices Act within the last two years; (4) Ability to perform GPS surveys, and (5) Small business in NAICS 541370. SELECTION CRITERIA: Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria: (1) Capacity to accomplish the work - Evaluation will be based on the firm's current work under contract, scheduling processes, availability of qualified personnel, and ability to accomplish the work within the established performance period; (2) Past Performance on contracts with government agencies and private industry - Evaluation will be based upon previous experience on contracts with government agencies and private industry in terms of quality of deliverables, cost control, compliance with required delivery schedule, and the contractor's experience with providing expert testimony regarding boundary surveys. References must be provided for all of the completed surveys for the past three years, and should include names, phone numbers, and preferably email for Points of Contact. Documented previous work on the SF 330 will be evaluated based on quality and complexity of work as documented. (3) Professional Qualifications necessary for satisfactory performance - Registration as a professional land surveyor to perform work; survey party personnel, their knowledge of and experience in survey requirements; the qualifications and experience of key personnel who will be responsible for administering the work required; and (4) Specialized Experience & Technical Competence in the type work required - Evaluation will be based on experience and technical competence in real property boundary surveys as set forth by the Texas Professional Land Surveying Practices Act. Documentation of previous work shall be provided on SF 330. The above evaluation factors are listed in order of their importance. Interested firms which meet the requirements described in this announcement are invited to submit SF330 (5 copies) to the attention of the Contracting Officer in accordance with the directions above. No FAX or e-mail copies will be accepted. Only those firms responding in accordance with this announcement will be considered for award. This is not a request for proposals. 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 Federal Acquisition Regulations. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) and requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx and to update at least annually. Firms with a current SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. 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. 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 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/TXSO/AG-7442-S-11-0085/listing.html)
 
Place of Performance
Address: Texas, 76543, United States
Zip Code: 76543
 
Record
SN02490545-W 20110708/110706234755-020b6f380ce1dbd554009a6f9cb07f96 (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.