Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

C -- COLORADO LEGAL BOUNDARY SURVEYS

Notice Date
1/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Colorado State Office, 655 Parfet Street, Room E200C, Lakewood, CO, 80235-5221
 
ZIP Code
80235-5221
 
Solicitation Number
AG-8B05-S-05-01
 
Response Due
2/23/2005
 
Description
CONTRACT INFORMATION: The USDA Natural Resources Conservation Service (NRCS) in Colorado requires the services of an Architect-Engineering (A-E) firm for the performance of legal boundary surveys. This acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. THIS PROCUREMENT IS UNRESTRICTED and is therefore open to all businesses regardless of size. The primary North American Industrial Classification System Code (NAICS) is 541310. This announcement constitutes the only notice. PROJECT INFORMATION: The government contemplates the award of three indefinite delivery-indefinite quantity in two areas of Colorado resulting from this competition. The two areas are East Slope and West Slope. The boundaries for Area 1 - East Slope contracts are in the following counties: Adams, Arapahoe, Baca, Bent, Boulder, Chaffee, Cheyenne, Clear Creek, Crowley, Custer, Denver, Douglas, Elbert, El Paso, Fremont, Gilpin, Huerfano, Jefferson, Kiowa, Kit Carson, Lake, Larimer, Las Animas, Lincoln, Logan, Morgan, Otero, Park, Phillips, Prowers, Pueblo, Sedgwick, Teller, Washington, Weld, and Yuma Counties The boundaries for Area 2 - West Slope contracts are in the following counties: Alamosa, Archuleta, Conejos, Costilla, Delta, Dolores, Eagle, Garfield, Grand, Gunnison, Hinsdale, Jackson, La Plata, Mesa, Mineral, Moffat, Montezuma, Montrose, Ouray, Pitkin, Rio Blanco, Rio Grande, Routt, Saguache, San Juan, San Miguel, and Summit Counties The initial contract period will be for one year and the government may, at its option, extend the contract to a maximum of five years by exercising each of the four one year renewal options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The maximum dollar amount for each of the contracts over the life is $500,000.00. There is no guaranteed minimum for the base year or option periods if exercised. Task Orders will be negotiated as firm fixed-price procurements for individual or clusters of projects. The Contractor shall provide Legal boundary survey of the wetlands reserve program easement area including the route of ingress and egress. Contractor shall provide NRCS both a paper and an ESRI Shape file in a CD format (UTM Meters, NAD 1983, Zone 12 or 13) of the completed surveys. Surveyor must be a licensed registered land surveyor in the state of Colorado. The survey and descriptions shall meet all requirements of Title 38, Articles 50 and 51, C.R.S. The survey will show both the easement and the access route. Descriptions shall be of the metes and bounds type. Two copies of the survey plat, 11?x17? in size and suitable for easement recording purposes in the county office of records, one 8?? x 14? copy, and two 24? x 36? copies shall be provided to the NRCS local representative. A copy of the ESRI Shape file in a CD format (UTM Meters, NAD 1983, Zone 12 or 13) of the completed surveys will be provided to the NRCS local representative. The Contractor is not to provide a copy of the plat to the landowner without the approval of the contracting officer. The legal description of the easement property will include a description of the route of ingress and egress to the subject property. Access shall be surveyed and delineated on the survey, but no monumentation is required. Public road rights-of-way are not included in the easement area but may be used to describe easement boundaries. When the boundary description is delineated, permanent markers will be installed at each corner and approximately every 500 feet straight run or distance required by State code, whichever is less. At a minimum, the distance between markers, designed to last for the life of the easement will be used: Underground magnetic markers with above ground witness markers Metal pipes (e.g., one-inch diameter iron pipes or 5/8? iron rod Concrete markers (e.g., four-inch concrete posts with center point Other material determined appropriate by the State Conservationist (e.g., acceptable witness posts) Natural or man-made barriers, such as ditches, streams, creeks or rivers are occasionally used as boundary lines in property descriptions. In those instances, in property descriptions where boundary lines are called for as being located at or along the centerline of a ditch, stream, creek or river, for purposes of defining the Wetlands Reserve Program Easement (WRP) or the Grassland Reserve Program (GRP) Easement, the surveyor shall traverse along the top bank of such ditch, stream, creek or river. In those cases where property descriptions call for boundary lines to be located at or along a lake, for the purposes of defining the WRP or GRP easement, the surveyor shall traverse along the top bank of such lake, or in the absence of a top bank, the surveyor shall traverse along the mean high water elevation for the lake. Questions regarding these traverses shall be directed to the NRCS local representative. The surveyor shall contact the NRCS local representative prior to beginning the survey. The NRCS local representative shall provide the location map of the easement area, written access, and other descriptive information as needed. Upon completion, the surveyor will contact the NRCS local representative to allow for certification that the work has been completed in accordance with the terms and conditions of this contract. The certification shall be made prior to any reimbursement to the surveyor. CONFLICT OF INTEREST The Contractor shall not survey a WRP or GRP easement property for a spouse, children, partners, or business associates, nor have a financial interest in the real estate to be covered by the proposed easement. The required delivery schedule shall be provided to the Contractor for each task order and enforced in accordance with the terms and conditions of this contract. SELECTION CRITERIA: Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. All firms responding to this announcement will be evaluated on the following factors which are shown is descending order of importance. 1) Professional qualifications necessary for satisfactory performance of the required services; 2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in soil mechanics, hydrology ,hydraulics, surveying, structure design, construction oversight, and nutrient management; 3) Capacity to accomplish the work in the required time; 4) Past performance on contract with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 5) Location in the general geographical area of the project and knowledge of the locality of the project. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration, contact the CCR Web Site at www.ccr.gov. This is NOT a Request for Proposals. SUBMISSION REQUIREMENTS: Those firms that meet the requirements described and wish to be considered must submit 4 (four) copies of a form SF330 for prime and any proposed sub-consultant to Tony Doxtater, Natural Resources Conservation Service, 655 Parfet Street, Room E200C, Lakewood, Colorado 80215. The forms must be received in this office no later than 4:30 p.m. MST, February 23, 2005. The SF-330 must clearly indicate the office location where the work will be performed and the qualifications of the individuals and subcontractors proposed to work on the contract and their geographical location. Firms responding to this announcement before the closing date will be considered for selection. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period.
 
Place of Performance
Address: COLORADO
Country: USA
 
Record
SN00738862-W 20050126/050124211633 (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.