Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2011 FBO #3616
MODIFICATION

C -- Surveying Services for the Bureau of Reclamation's Upper Colorado Region

Notice Date
10/17/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Bureau of Reclamation - UC - SLC 125 South State St Salt Lake City UT 84138
 
ZIP Code
84138
 
Solicitation Number
R11PS40041
 
Response Due
8/16/2011
 
Archive Date
10/16/2012
 
Point of Contact
Thomas Worthington Contract Specialist 8015243803 tworthington@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
HUBZone
 
Description
**The purpose of this announcement is to amend the information below by correcting the minimum number of offers required from eligable HUBZone firms from two (2) to three (3) in accordance with FAR 36.602-1(c). If a minimum of three (3) offers from eligible HUBZone concerns are not received, small businesses will be eligible for award** 1. CONTRACT INFORMATION: North American Industrial Classification System code is 541370, which has a size standard of $4,500,000 in average annual receipts. This is a total HUBZone Set-Aside. If a minimum of three (3) offers from eligible HUBZone concerns are not received, small businesses will be eligible for award; therefore, small businesses are encouraged to submit proposals. This procurement is an Architect-Engineering Services requirement, which will be performed in accordance with FAR Part 36.6. The anticipated contract method is Indefinite-Delivery Indefinite Quantity (IDIQ) task order with individual task orders ranging from $2,000 to $500,000. This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the Federal Service Desk at 1-866-606-8220. 2. PROJECT INFORMATION: See Work Statement for details. The Statement of Work can be obtained by requesting it from Tara Ashby at TAshby@usbr.gov or 801-524-3776. 3. SELECTION CRITERIA: The following primary selection criteria (A-F) are listed in descending order of importance: a. Qualifications of Professional Key Personnel: Professional Land Surveyors are licensed by the State where the work is performed for the last seven years and will have no adverse decisions issued by the over-seeing authority against the PLS or RLS. Senior Crew Field Supervisor must have a minimum of 7 years experience and crew supervisor shall have a minimum of 5 years experience performing field surveying activities around and in river systems, construction sites, tribe lands, etc. Responding firms MUST address each discipline, and clearly indicate which will be subcontracted. b. Specialized Experience and Technical Competence: The extent to which the Offeror demonstrates specialized experience and technical competence in performing boundary, legal descriptions, researching land records, cross sectioning and/or profiling of rivers, channels, creeks, arroyos, and other watercourses. (1) Senior Professional Land Surveyors (Key Personnel): This advance level of experience the SPLS oversees the work assignments of other professionals or work assignments that have been recognized by the Government as having significantly greater complexity that those assigned at the PLS level. The SPLS when required attends the following types of meetings Pre-Surveying Meetings, Joint Policy Safety Meetings, Field Scheduling Meetings, and Project Site Investigation Meetings, Etc. (2) Professional Land Surveyors: This level of experience the PLS performs a full range of professional assignments in a full-functioning capacity. Considerable independent judgment is used to make decisions in carrying out assignments that have significant impact on services, programs, schedules, etc. Guidelines may be available, but requires adaptation or interpretation to determine appropriate courses of actions. The PLS oversees fieldwork schedules, attends field safety meetings, when required attends project site investigations meetings, and assist the SPLS in meeting the requirements of an awarded task order. The PLS shall be licensed within the state were the work is being performed. The PLS should have a certification as a Certified Federal Surveyors (CfedS) and be experienced in performing ALTA surveys. (3) Senior Crew Field Supervisor (Key Personnel): The Senior Crew Field Supervisor shall have a minimum of five years experience performing field surveying activities and a minimum of four years experience as a crew supervisor. The Senior Crew supervisor shall be qualified to operate and maintain all survey equipment used by the crews and assistant Crew supervisors. This will require knowledge of calibration and setup methods for all GPS, electronic, and manual surveying instruments, equipment, or materials supplied to the crew by the Contractor for field use, as well as an understanding of Government supplied surveying equipment. The Senior Crew supervisor shall also be qualified in the safe use and operation of brushing equipment used by surveyors such as chainsaws, axes, hatchets, and other handheld brushing equipment. The Senior Crew supervisor shall have thorough knowledge and understanding of the Contractor's standard policies and/or practices. (4) Crew Supervisor: The Crew supervisor shall have a minimum of three years experience performing field surveying activities and a minimum of one-year experience as a crew supervisor. The crew supervisor shall be qualified to operate and maintain all survey equipment used by the crews. This will required knowledge of calibration and setup methods for all GPS, electronic, and manual surveying instruments, equipment, or materials supplied to the crew by the contractor for field use, as well as a understanding of Government-supplied surveying equipment. The crew supervisor shall also be qualified in the safe use and operation of brushing equipment used by surveyors such as chainsaws, axes, hatchets, and other hand held brushing equipment. The Crew supervisor shall know and understand the Contractor's standard policies and/or practices. (5) Senior Crew Member: Senior Crew members performing instrument type work (i.e. levels, electronic total stations, and GPS) shall have a minimum of three years field experience with surveying instrumentation equipment or work through an internship with the survey company. The company's internship program shall be reviewed and approved by Reclamation. Senior Crew members performing instrument type survey work are required to have surveying proficiency in methods and operating survey equipment (i.e. levels, electronic total stations, Global Positing Systems (GPS), survey hand tools as related to control networks, slope staking, topography, and etc.), and have proper record or note keeping skills. (6) Chaining and Rod Crew Members: Crew members working on Chaining & Rod crews are not required to have any prior experience, but are required to have a general knowledge of surveying methods and maintenance of surveying equipment. Also, all Crew members shall review the RSHS and be given orientation on all Job-Safety-Analysis (JSA) and safety protocols for a given work assignment by a Crew Supervisor. (7) Brushing Crew Members: Crew members performing Brushing type work are not required to have any prior experience, but is required to have training on fire suppression, operation and maintenance of brushing and vegetation removal systems or equipment and be qualified in the safe use and operation of chainsaws, axes, hatchets, and other handheld brushing equipment. (8) Senior Drafting Technicians: Senior Drafting technicians shall have a minimum of two years formal education or training from an approved source and five years of experience as a Drafting technician working on Survey and Civil drafting projects. The Senior Drafting technicians shall have a high level of skill, knowledge, and understanding of general surveying and civil engineering methods and techniques, electronic and hand drafting methods and techniques, and skill in operating and using Computer Aided Drafting (CAD) software and equipment. (9) Drafting Technicians: Drafting technicians do not require any formal education or experience, but shall have company-provided training on equipment and software used in creating drawings for Reclamation. The Drafting technicians shall have an understanding of general surveying and civil engineering methods, techniques, electronic, and hand drafting methods and techniques, and in operating Computer Aided Drafting (CAD) software and equipment. (10) Research Technicians: Research technicians do not require any formal education but should have a minimum of two years experience in research land records. The employee shall be trained in the company's standard operating procedures for acquire land records. The Research technicians shall have an understanding of general surveying methods, techniques, use of electronic office software and equipment. (c) Equipment Availability and Capacity: The extent to which the Offeror demonstrates possession of adequate equipment, operators, training, experience, and safety program when crew is performing boat surveying and brushing activities. (d) Quality Management Plan: The extent to which the Offeror demonstrates its ability to provide a quality management plan that will be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government. The plan should address the quality control processes that will be used by the contractor, and how those processes will complement and support the government's quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key personnel in relationship to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines. The quality management plan must address the integration of work products of the entire team that is proposed. (NOTE: A detailed quality management plan will be required at the time of a Request For Proposal.) (e) Qualified Personnel Capacity: The extent to which the Offeror demonstrates its capacity to provide up to a maximum of 5 crews (with up to 4 crew members on each crew) and to be able to maintain schedules and accomplish required work on multiple task orders simultaneously. (f) Past Performance: The Offeror's past performance on Government and private-sector contracts with respect to cost control, quality of work, and compliance with schedules. In order to assess past performance, each offeror must have a minimum of three (3) past performance surveys submitted be their references. The Past Performance Questionnaire can be obtained by requesting it from Tara Ashby at TAshby@usbr.gov or 801-524-3776. Please note that these questionnaires must be received by the contracting office by close of business August 12, 2011. (g) Knowledge of the locality: Criteria G-I are secondary criteria and will only be used as "tie-breakers" among firms, which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are: (h) Geographic proximity: Bureau of Reclamation Upper Colorado Region and its assigned projects. (i) Volume of Government contract (task order) awards will occur within the State of New Mexico along the Rio Grande Valley starting approximately at Velarde, New Mexico through Elephant Butte, New Mexico. These surveys will include Boundary Surveys, River Range Lines Surveys & Brushing, Topographic Maps, etc. The next area of surveys will occur within the State of Colorado in or near Grand Junction area. These surveys will include Boundary Surveys and perpaing land documents. The remainder of contract awards will be issused within the Upper Colorado Regional boudary. 4. SUBMISSION REQUIREMENTS: The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. Part I-H of the SF 330 describes the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I and II of the SF 330 must be submitted. In order to assess past performance, each offeror must have a minimum of three (3) past performance surveys submitted be their references. The Past Performance Questionnaire can be obtained by requesting it from Tara Ashby at TAshby@usbr.gov or 801-524-3776. Please note that these questionnaires must be received by the contracting office by close of business August 12, 2011. Submittals may be mailed to Bureau of Reclamation, Upper Colorado Region, 125 South State Street, Salt Lake City, Utah, 84138, United States and must be received not later than 12:00 pm Utah time on the above response date. Any submittals received after this date will not be considered. Faxed submissions will NOT be accepted.Submittals may hand-carried or delivered by courier/express mail service to the following physical address: Bureau of Reclamation, Upper Colorado Region, 125 South State Street, Salt Lake City, Utah, 84138, United States. All visitors to Upper Colorado Regional office will be required to show ID prior to accessing the building. Contracting Office Address: Bureau of ReclamationUpper Colorado Region125 South State StreetSalt Lake City, Utah, 84138, United States Place of Performance:Bureau of Reclamation Upper Colorado Region and its assigned projects. Primary Point of Contact:Tom WorthingtonContract SpecialistTWorthington@usbr.gov Phone:801-524-3803
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e56d91e7c14dd07e8823997127f6cdd8)
 
Place of Performance
Address: The Bureau of Reclamation's Upper Colorado Region
Zip Code: 871022352
 
Record
SN02608007-W 20111019/111017233827-e56d91e7c14dd07e8823997127f6cdd8 (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.