Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
MODIFICATION

C -- Cadastral Surveys

Notice Date
5/29/2002
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street Regional Office, Golden, CO, 80401
 
ZIP Code
80401
 
Solicitation Number
RFP-RMAST-02-148
 
Response Due
7/8/2002
 
Archive Date
7/23/2002
 
Point of Contact
Sue Trujillo, Contract Specialist, Phone 303-275-5250, Fax 303-275-5453, - Diana Terrell, Contract Specialist, Phone 303-275-5778, Fax 303-275-5453,
 
E-Mail Address
sctrujillo@fs.fed.us, dterrell01@fs.fed.us
 
Description
The USDA Forest Service plans to contract for various types of cadastral surveys under a group of requirements contracts in the States of Colorado, Wyoming, and Kansas. Projects will include surveys of newly created parcels, retracements of regular and fractional sections, patented mineral surveys and millsites, homestead entry surveys, and other non-rectangular surveys, including rights-of-way and easements. Contractors will conduct the above referenced surveys by performing corner search, monumentation, remonumentation, corner maintenance, marking and posting of National Forest (NF) and/or National Grassland boundaries, preparation and recordation of plats, corner records, and other documentation. The states of Colorado and Kansas have been divided into multiple Zones and Wyoming as one zone. A separate contract will be issued for each Zone. Firms submitting proposals must identify the Zone or Zones for which they wish to be considered and must have a State licensed Land Surveyor for each state included within the Zone(s)located on their staff at the time of the proposal. The Zones are defined as follows: Zone 1: White River, Routt, and Grand Mesa-Uncompagrhe-Gunnison National Forests (CO); Zone 2: Pike and San Isabel National Forests (CO); Zone 3: Arapaho and Roosevelt National Forests and Pawnee Grasslands (CO); Zone 4: Cimarron National Grasslands (KS) and Comanche National Grasslands (CO); Zone 5: Medicine Bow, Big Horn, and Shoshone National Forests and Thunder Basin National Grasslands (WY). Estimated contract effective date for each zone is January 2003. Term of each contract is one year with the option to extend up to four additional one-year periods to a maximum of five years. In accordance with FAR 36.602-1, the following criteria will be used in the evaluation of firms: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographic area of the project and knowledge of the locality of the project; and (6) Acceptability under other appropriate evaluation criteria. In accordance with criteria number 6 above, the following evaluation criteria will also be used: (1) Firms must submit three survey plats showing work similar to that described above with the SF-254 and SF-255. At least one of these plats must show a subdivision of a section. These plats must be sealed by the Registered Land Surveyor the firm proposes to be responsible of the projects; and (2) Firms must also submit a 1-2 page discussion that demonstrates that (a) the firm possesses a thorough and professional understanding of the proper methodology to meet the applicable State surveying standards for the proposed work; (b) the Registered Land Surveyor designated as being responsible demonstrates cadastral survey experience with a professional, complete and thorough understanding of the technical and legal approaches to the proposed work, as defined by the applicable State standards and the 1973 BLM Manual of Surveying Instructions for Surveys of the Public Lands; and (c) the firm demonstrates they possess a thorough and professional understanding of Global Positioning System (GPS) technology and the use of such technology in forested, mountainous, and prairie environments relative to the proposed work. Firms interested in this solicitation should submit Standard Forms SF-254 and SF-255, Architect-Engineer & Related Services Questionnaires, and the additional documentation for the criteria above to mailing address USDA Forest Service, Attn: S. Trujillo/D. Terrell, PO Box 25127, Lakewood CO 80225, or overnight address USDA Forest Service, Attn: S. Trujillo/D. Terrell, 740 Simms Street, Golden CO 80401. Responses to this announcement must be received at the above address by COB July 8, 2002.
 
Place of Performance
Address: Various locations in the states of Colorado, Wyoming, and Kansas
 
Record
SN00084421-W 20020531/020529213056 (fbodaily.com)
 
Source
FedBizOpps.gov 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.