Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

F -- Land Survey for Easements

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Florida State Office, 2614 NW 43rd Street, Gainesville, FL, 32606
 
ZIP Code
32606
 
Solicitation Number
NRCS-06-FL-05
 
Response Due
5/6/2005
 
Archive Date
5/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The USDA Natural Resources Conservation Service (NRCS) in Florida requires the services of a licensed registered land surveyor for the performance of legal boundary surveys in the State of Florida and is issuing a Request for Proposal. This acquisition process is being conducted in accordance with FAR Subparts 12, 13 & 15. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The primary North American Industrial Classification System Code (NAICS) is 541370. Description: The Surveyor must be a licensed registered land surveyor in the State of Florida. The Surveyor will provide a Boundary Survey of the Wetland Reserve Program (WRP) Easement Area which meets the minimum technical standards for land surveying as set forth in Chapter 61G ? 17, Florida Administrative Code, adopted pursuant to Section 472.027, Florida Statutes. The Survey shall also meet the accuracy specifications and positional tolerances for a Rural Survey as set forth by the Florida Board of Professional Surveyors and Mappers. The Survey shall include a sketch of the route of ingress and egress to a publicly dedicated right of way, and the legal description of the WRP Easement Area and the access route shall be by metes and bounds description. The Surveyor will provide: (i) three (3) signed and sealed original Surveys (size 36x24) and two (2) signed and sealed original Surveys (size 11x17) to the WRP Coordinator; (ii) two (2) signed and sealed original Surveys (size 36x24) to the closing attorney designated by the WRP Coordinator; and (iii) one (1) copy of the Survey to the local District Conservationist. The Surveyor may also be required to deliver a Survey to the landowner; provided, however, the Surveyor shall not release the Survey to the landowner or any other party without the approval of the WRP Coordinator. The WRP Coordinator will provide the Surveyor with location maps of the WRP Easement Area and access route, written authorization for access to the WRP Easement Area, and such other descriptive information as may be available. The closing attorney will provide the Surveyor with a Title Certificate including copies of the vesting deeds for the current landowner and the exception documents referenced therein. The Survey shall include the name of the landowner and WRP contract number in its legend and shall include a reference to the Title Certificate and title documents provided by the closing attorney. In addition to the Survey, the Surveyor will also provide separate legal descriptions of the WRP Easement Area as Attachment A and the access route as Attachment B. Natural or manmade barriers, such as ditches, streams, creeks, bayous, 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, bayou or river, for purposes of defining the WRP Easement Area, the Surveyor shall traverse along the top bank of such ditch, stream, creek, bayou, 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 Easement Area, 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 Contracting Officer. The following certification will be included on each Survey: THIS IS TO CERTIFY TO THE UNITED STATES OF AMERICA, ACTING BY AND THROUGH THE COMMODITY CREDIT CORPORATION, U.S. DEPARTMENT OF AGRICULTURE, TITLE INSURANCE COMPANY, AND [ THE LANDOWNER ] : (A) THAT THIS SURVEY WAS DONE BY THE UNDERSIGNED; (B) THAT THE SURVEY WAS DONE ON THE GROUND IN ACCORDANCE WITH THE MOST RECENT STANDARDS FOR PROPERTY BOUNDARY SURVEYS, AS SET FORTH BY THE STATE OF FLORIDA, BOARD OF REGISTRATION FOR PROFESSIONAL SURVEYORS AND MAPPERS; (C) THAT THE ACCURACY SPECIFICATION AND POSITION TOLERANCE ARE IN ACCORDANCE WITH RURAL AREA SURVEYS; (D) THAT THIS SURVEY SHOWS ALL MATTERS ON THE GROUND WHICH MAY ADVERSELY AFFECT TITLE TO THE SUBJECT PROPERTY; (E) THAT INGRESS AND EGRESS TO THE SUBJECT PROPERTY IS PROVIDED BY ______________________, [ A PUBLICLY DEDICATED RIGHT OF WAY ] or [ A PRIVATE EASEMENT RIGHT ]; AND THE SUBJECT PROPERTY CONTAINS A TOTAL OF _______ ACRES, MORE OR LESS. [ SIGNATURE ] PROFESSIONAL LAND SURVEYOR FLORIDA REGISTRATION NO. ____________ The Surveyor shall install monuments and witness posts at the time the Survey is completed and prior to delivery of the Survey and legal descriptions. Minimum length for all monuments is two feet. All monuments will be set flush with or below the ground surface and witnessed with a witness post. Acceptable monuments are: 1.) Underground magnetic markers. 2.) One-inch diameter iron pipes or 5/8" iron rods. 3.) Four-inch square concrete posts with a center point. Witness posts with sign shall be installed at each corner and every 500 feet along a tangent. Witness posts and monuments are not required when the boundary runs along a bayou, river, lake, or stream. Witness posts and monuments are required at the intersection of property lines and bayous, rivers, lakes, or streams. Acceptable witness posts are: 1.) "T" shaped steel fence post 1 3/8" X 1 3/8" X 1/8" or heavier. Minimum length shall be seventy-eight inches. Fence posts color shall be green. 2.) "U" shaped metal signpost, seventy-eight inches long, 1.12/lbs per foot. Color shall be green. The Surveyor is required to attach a WRP boundary sign, to the top of the witness post using a galvanized nut and bolt or lag screw. A wire attachment is not acceptable. The WRP sign has two 3/8 inch drilled holes. The signs and sign posts will be provided to the Surveyor. The Surveyor shall provide a GIS file of the WRP Easement Area in UTM-NAD83. The Surveyor shall provide a vertical control point within the easement. Elevation shall be based on NGVD. Upon completion, the Surveyor will contact the WRP Coordinator to allow for certification that the work has been completed in accordance with NRCS specifications. This certification will be made prior to any reimbursement to the Surveyor. 2. CONFLICT OF INTEREST A Surveyor will not survey a WRP 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. 3. DELIVERY Delivery of the Survey will be due 45 days from the issuance of the Notice to Proceed. The Notice to Proceed shall be issued following receipt and acceptance of a proposal from the Surveyor. 4. PAYMENTS Requests for payment should be made to the WRP Coordinator at PO Box 141510 Gainesville, FL 32614. The WRP Coordinator?s fax number is 352-338-9578. The WRP Coordinator will review the invoice and works completed and recommend payment. 5. AUTHORITY The Surveyor will not modify the WRP Easement Area at the direction of the landowner without approval from the WRP Coordinator. The government contemplates multiple awards of indefinite delivery-indefinite quantity contracts as a result of this competition. While projects could be anywhere in the state of Florida, the following counties currently have projects to be awarded: Highland, Hendry, Osceola, Martin, St. Lucie, and Orange counties. Period of Performance: The initial contract period will be for one year and will have four 1 year options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The maximum dollar amount over the life of the contracts will be $500,000. There is a $1000 guaranteed minimum during the base year and no guaranteed minimum for the option years. Task orders will be negotiated as firm fixed-price procurements for individual or clusters of projects. Applicable Clauses and Qualifications: Contractor qualifications will be ranked per task order and negotiations will begin with the highest ranking firm. The following FAR Clauses/Provisions are available at www.arnet.gov and apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items (see Selection Criteria below), 52.212-3 Offeror Representations and Certifications-Commercial Items (must be completed and submitted with proposal), 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (clauses 52.219-6, 52.222-3, 52.222-26, 52.222-35, 52.232-36, 52.232-33, 52.222-42, 52.222-43 apply). A completed (contractor part only) and signed SF 1449, which can be accessed thorough the www.gsa.gov website must also be returned with the proposal. Selection Criteria: Evaluation factors are listed in descending order of importance: a. Professional qualifications necessary for satisfactory performance of required services. Contractor must include resumes and copies of professional license(s) b. Specialized experiences and technical competence in retracement procedures for section subdivision, proportioning corners, rules of evidence applied to original corner searches, and a description of the approach used to resolve problems resulting from conflicts of surveys, possession, or title. c. Past performance on contracts with Government agencies and private industry in terms of quality of work, cost, control, and compliance with performance schedules. d. Capacity to accomplish the work in the required time. 1. Identify role of the registered surveyor and mapper. 2. List all approximately skilled personnel on staff and how work will be assigned. 3. Describe the average time required to complete and assignment. 4. Explain job scheduling. 5. Provide qualifications 6. Provide a sample survey 7. Describe how the sample survey was priced (List the relevant factors used to establish the price). e. Locations in the State of Florida in which jobs have been performed. Firms shall designate the counties where they seek work. The government intends to award based upon the best value to the government cost and price considered. Those small business firms meeting the requirements above must submit four (4) copies of Contractor proposals addressing the selection criteria above, by close of business May 6, 2005 to USDA/NRCS, Attn: Angela Allen, 2614 NW 43rd Street, Gainesville, FL 32606. Facsimile transmissions will not be accepted.
 
Place of Performance
Address: Various locations in Florida & Contractors place of business.
Country: USA
 
Record
SN00793323-W 20050423/050421211720 (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.