Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
MODIFICATION

C -- Legal Boundary Survey - Statewide PA - Amendment 1

Notice Date
8/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Pennsylvania State Office, One Credit Union Place, Suite 340, Harrisburg, Pennsylvania, 17110-2993
 
ZIP Code
17110-2993
 
Solicitation Number
AG-2D37-S-13-0004
 
Point of Contact
James R. Mobley, Phone: 7172372245
 
E-Mail Address
james.mobley@pa.usda.gov
(james.mobley@pa.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 The USDA Natural Resources Conservation Service in Pennsylvania is seeking qualified A-E firms to provide legal boundary survey services for all NRCS Easement Programs. These services are being procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulations (FAR). 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) any requested supplemental data to the NRCS procurement office shown in this announcement. This announcement constitutes the only solicitation; technical proposals (SF-330) are being requested and a written solicitation will not be issued. The applicable NAICS Code is 541370. The Size Standard dollar amount is $ 14 million, average annual receipts. The A-E shall furnish the necessary personnel, equipment, labor, materials, transportation, office space, and related support facilities to perform the services described herein. The Contractor shall be a professional, licensed surveyor registered in the State of Pennsylvania. Boundary survey work shall consist of the following: research, field surveys, field notes, computations, boundary monumentation, a survey map, report, boundary description, and a CD or DVD containing digital files in.dwg format compatible. All work shall be performed to USDA specifications, and the data provided in USDA specified formats. The Statement of Work contains detailed requirements. Potential contractors are encouraged to review the Statement of Work for additional information before responding to this announcement. Survey Specifications may be revised during the performance of the contract to include updated/revised specifications. This solicitation is a Total Small Business Set-Aside. PA-NRCS contemplates the award of multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts; of which one (1) award will be made to a qualified 8(a) firm. The IDIQ Contracts will be for one (1) base year; with up to four (4) one-year renewal option periods. Work will be ordered through the issuance of individual task orders on an as-needed basis that will be specific in terms of location, acreage and time deadline. Task orders will be awarded as firm-fixed price procurements as sites requiring surveys are identified. Work under each Task Order will be subject to satisfactory price negotiations. The total number of task orders awarded will fluctuate based on need and availability of funds. The Contractor(s) selected will be required to perform services at locations as may be assigned anywhere in the State of Pennsylvania. The minimum guaranteed amount per contract is no less than $2,500 in services during the total contract period. The maximum the Government may order per contract in the base year or any of the individual option years shall not exceed $200,000 per contract. SELECTION CRITERIA: Firms will be evaluated and ranked using the following selection criteria: 1. Professional qualifications necessary for satisfactory performance of required services (20 points): The Surveyor must be a licensed registered land surveyor in the State of Pennsylvania. 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 (20 points): Evaluation will be based on knowledge of local survey practices, records research and the approach used on previous surveys to solve problems resulting from conflicting title or physical evidence. Include with this item a sample surveyor's report accompanied by a plat identifying a boundary conflict and providing an appropriate conclusion or suggested solution. 3. Capacity to accomplish the work in the required performance time (20 points): Evaluation will be based on ability to accomplish multiple work orders to completion within performance time and the ability to add personnel and/or consultants to complete work on time. 4. Past performance on contracts with Government agencies and private industry (20 points): 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 (10 points): Evaluation will be based upon the firm's proximity to the State of Pennsylvania and the project areas. For firms outside the general project area, provide a plan to provide service in a cost effective manner. Firms must clearly indicate the office location where the work will be performed. 6. Aggressive internal quality control program (10 points): Evaluation will be based on demonstrated results of eliminating or reducing errors and/or omissions. SUBMISSION REQUIREMENTS: Firms which meet the requirements described in this announcement should submit three (3) copies of Standard Form SF330 Part I Architect-Engineer Contract Specific Qualification and Part II Architect-Engineer General Qualifications, as well as additional documentation as noted above to address each of the six (6) evaluation factors not later than 4:00pm local time on September 13, 2013, to the attention of James Mobley, Contract Specialist, at the contracting office address listed in this notice. Please limit narrative responses to two (2) pages per evaluation factor. Only those firms responding by the time listed above will be considered for selection. Facsimile transmissions will not be accepted. After an initial evaluation of qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the required survey services will be selected for negotiation. Those selected firms will then be sent a solicitation to provide their proposals. Interviews for the purpose of discussing prospective firm's qualifications may be conducted either in person or by teleconference. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) at www.sam.gov, to be considered for an award of a federal contract. Please send all packages to: Att: James Mobley, Contract Specialist Natural Resource Conservation Service 1 Credit Union Place, Suite 340 Harrisburg, PA 17110
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/PASO/AG-2D37-S-13-0004/listing.html)
 
Place of Performance
Address: Pennsylvania, United States
 
Record
SN03151200-W 20130817/130816000349-70c933b95a810ff1ac16360145b3ad8f (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.