Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

C -- Cadastral Land Surveying – National Forests in Mississippi

Notice Date
9/2/2015
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Acquisition Zone West (AZW), 200 S Lamar ST, Suite 500-N Box 44, Jackson, Mississippi, 39201, United States
 
ZIP Code
39201
 
Solicitation Number
AG-447U-S-16-0001
 
Point of Contact
Margaret J. Yeaton, Phone: 334-241-8169, Adrien Rodriguez, Phone: 334-241-8137
 
E-Mail Address
myeaton@fs.fed.us, adrienrodriguez@fs.fed.us
(myeaton@fs.fed.us, adrienrodriguez@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
I. Contract Information: USDA Forest Service, National Forests in Mississippi has a requirement for Professional Land Survey services. These services are to be provided for lands within the administrative boundaries of the Nationals Forests in Mississippi, which includes the Bienville Ranger District, Chickasawhay Ranger District, Delta Ranger District, DeSoto Ranger District, Homochitto Ranger District and Tombigbee Ranger District. Work zones will consist of the following: 1. Zone 1 - Holly Springs and Tombigbee Ranger Districts 2. Zone 2 - Bienville, Chickasawhay and DeSoto Ranger Districts 3. Zone 3 - Delta and Homochitto Ranger Districts A pre-proposal meeting will be held on September 29, 2015 at 10:00 a.m. Central Time at the National Forests In Alabama Supervisor's Office, 2946 Chestnut Street, Montgomery, AL 36107. Individuals are encouraged to participate via teleconference at 888-844-9904. Passcode: 8430195 versus physically attending the meeting. This acquisition is 100% set aside for Small Business. The North American Industry Classification System (NAICS) code for this procurement is 541370, Surveying and Mapping (except Geophysical), with a size standard of $15 million dollars average annual receipts for the preceding three fiscal years. All interested firms are advised that active registration in the System for Award Management (SAM) database is required prior to award of a contract. For more information, please check the SAM website at www.sam.gov The Forest Service anticipates award of multiple Indefinite Delivery, Indefinite Quantity contracts with a base period and an option to extend the contract for four additional one-year periods. The intent is to select one different contractor for each zone in the National Forests in Mississippi using the selection criteria specified herein. Although the contractor will responsible primarily for the work in a respective zone, any contractor awarded a resultant IDIQ contract may need to perform work anywhere within the boundaries of the National Forests in Mississippi. Contractors can work any zone if needed. Individual task orders will be issued against a contract as program needs arise. Estimated time of performance will vary by task order. The government guarantees to purchase a minimum of $2,500 in services over the life of the contract. Based upon historical data, the estimated value of for each awarded contract per district, for base period and four option years is $100,000. Maximum amount for each awarded contract for base period and four option years will be $750,000. Estimated contract award date is January 2016. Only firms with Registered Professional Surveyor(s) licensed in Mississippi will be considered. A Mississippi Registered Professional Surveyor must perform the field work associated with each task order for corner establishment and measurements. Task orders issued against awarded contract(s) will include a specific statement of work and will be negotiated as individual projects using Brooks Act procedures. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Award of contract(s) will not restrict the Government from having cadastral surveying services performed by Government employees or others during the contract period. If contracts are awarded to more than one firm, in addition to technical evaluation criteria, the Forest Service may administratively elect to consider the volume of work previously awarded to an A&E firm when determining which firm should be awarded a new task order. Work will include, but is not limited to: • Locating, measuring, and marking Forest Service property boundary lines • Survey of lines to connect, prove, or establish property corners • Rights-of-way and easement surveys • Topographic Surveys • Preparation of surveyor's reports, control diagrams, and survey plats. • Preparation of Form 7100-52, Corner Record • Preparation of tract descriptions • Other work incidental to the survey profession Professional Land Survey firms which meet the requirements described in this announcement are invited to submit: 1. SF-330 Part II, General Qualifications, 2. SF-330 Part I, Contract Specific Qualifications, and 3. All requested supplemental data listed in items 1-5, below. II. Selection Criteria: Selection of firms for negotiation shall be made through an order of preference using Brooks Act procedures, based on demonstrated competence and qualifications for the work, that include the following evaluation criteria in descending order of importance: 1. Location: Proximity to the project area and knowledge of local practices, records, and research; and your firm's approach to problem resolution on previous surveys resulting from conflicting title or physical evidence. If your firm's office is not located within a 50 miles radius of the administrative boundaries of the National Forest in Mississippi, indicate how you plan to provide services in a cost-effective manner. Greater consideration will be given to firms located in or within 50 miles of a NFsMS districts. Submit a sample surveyor's report accompanied by a plat (suitable for filing in the public record) showing work performed on steep and/or forested mountain land, or other rural land. If a firm fails to provide a proper survey boundary survey plat, they will not be considered for selection. 2. Specialized Experience: State your firm's experience with and technical competence in Forest Service or Federal land surveying. Include amount of forested, steep mountain land experience of key personnel that will be assigned to this project. Include an outline of field and office procedures. State how you would approach boundary line establishment and retracement. 3. Past performance: On contracts for Federal, State, City/County and private work, with respect to customer satisfaction, quality of work and timely compliance with performance schedules. Provide at least three references for projects that are similar in scope to forested, steep mountain land boundary survey and property line marking. 4. Capacity: To accomplish the work in the required time. Include an equipment list, personnel available, and procedures used to ensure deadlines are met for your firm and/or proposed subcontractors. If using subcontractors for any part of the project work, specify what duties they would perform. 5. Professional qualifications: For satisfactory performance of required services. Include registered professional surveyors' experience in forested/steep mountain land surveys and anticipated level of involvement of each RPS on this project. The completed SF-330 form will suffice. State what degree of involvement your firm's registered professional surveyor will have with task orders issued for: a. Retracement of boundary lines b. Establishment of boundary lines III. Submission Requirements: Interested firms that have the capability to perform the services described in this announcement are invited to submit two (2) printed copies of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below not later than 1400 hrs. Central Time on the closing date of this announcement. The selection criteria listed in paragraph II above needs to be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Include the firm's DUNS number in SF 330, Block 5. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size, geographic location of firm, specialized technical expertise, or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, it is anticipated that one or more firms considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation of unit cost for task items such as corner search, monumentation, traverse line measurement, etc. Negotiations will begin with the most preferred firm(s). If unit costs cannot be agreed upon with the most preferred firm, negotiations will be terminated and the next most preferred firm will be contacted for negotiation Mid-Term Changes: During the 5-year term of the contract, the Contracting Officer may determine a need to reduce or augment the original pool of awarded contracts. Exiting Contracts: Contractors who repeatedly fail to accept an offer of a task order due to lack of capacity, or who repeatedly fail to complete task orders within the allotted contract time, may not have the next option year renewed. Entering Contracts: Following completion of the first option year, the Government reserves the right to solicit for a limited number of additional contractors to be included in this multiple-award contract. The solicitation, terms and conditions, and source selection procedures will be the same as under this original solicitation. The period of performance for the new awardees will not exceed the overall maximum term of the original IDIQ contract, including options. A pre-proposal meeting will be held on Sep 29, 2015, 10:00 a.m. CT local time at the National Forests In Alabama Supervisor's Office, 2946 Chestnut Street, Montgomery, AL 36107. Call Margaret Yeaton at 334-241-8169 to register your attendance. Again, individuals are encouraged to participate via teleconference at 888-844-9904. Passcode: 8430195 versus actually attending the meeting. Please submit two (2) complete copies of the above information to: USDA Forest Service, 2946 Chestnut Street, Montgomery, AL 36107, Attention: Margaret Yeaton, Contracting Officer, by Oct 14, 2015 2:00 p.m. CT. Electronic (email, facsimile, etc.) submissions are not authorized.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/447U/AG-447U-S-16-0001/listing.html)
 
Place of Performance
Address: National Forests in Mississippi Ranger Districts, Forest Supervisor's Office, Suite 500-N, 200 S. Lamar St., Jackson, Mississippi, 39201, United States
Zip Code: 39201
 
Record
SN03867708-W 20150904/150902235540-045d7d192b0c6efe8ee0336fb385b156 (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.