SOLICITATION NOTICE
C -- Cadastral Survey
- Notice Date
- 3/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Agriculture, Forest Service, R-1 Northern Region, P.O. Box 7669 200 East Broadway Regional Office, Missoula, MT, 59807, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-0343-S-07-0001
- Response Due
- 4/12/2007
- Archive Date
- 4/27/2007
- Description
- The USDA Forest Service, Region 1 - Northern Region has a requirement for Architect/Engineering services, indefinite quantity indefinite delivery contracts for Professional Land Survey services for the National Grasslands and Forests in North Dakota, South Dakota and Montana. Architect/Engineering firms which meet the requirements described in this announcement are invited to submit: (1) a SF 330 Part II, General Qualifications, (2) a SF 330 Part 1, Contract Specific Qualifications and (3) any requested supplemental data to the procurement office shown below. The North American Industry Classification System (NAICS) Code is 541370 with a size standard of $4.5 million. Following an initial evaluation of the qualifications and performance data submitted, three or more firms considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Multiple firms may be selected from this announcement relative to geographic zones described below. Selection of firms for negotiation shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required that include (1) Professional qualifications; (2) Specialized experience and technical competence in the type of work required; (3) Location in the general geographical area; (4) Capacity; (5) Past performance; (6) Additional Data. The projects performed under this contract will primarily focus on: Retracement/dependent resurvey of rectangular Public Land Survey System (PLSS) surveys, PLSS section subdivisions, retracement/dependent resurvey of Homestead Entry Surveys and Mineral Surveys, retracement and/or survey of Congressionally Designated Area boundaries, i.e., wilderness, marking and posting of National Forest and/or National Grasslands Boundaries, monumentation of new and/or lost boundary controlling corners, maintenance of previously marked boundary line, rights-of-way surveys, engineering site surveys, general control surveys, preparation of Certificates of Survey, Records of Survey and Certified Corner Recordations, Geographic Coordinate Data Base (GCDB) Maintenance, data collection and input, drafting services, and data entry services (Primarily Boundary Management Information). (Refer to the R-1 Boundary Management Contract Specifications for incidental specifications related to the above items.) These services are to be provided for the following zones: (1) the Grassland Zone includes the Dakota Prairie National Grasslands and Custer National Forest located in Montana, North and South Dakota; (2) the Northwest Montana Zone includes the Flathead and Kootenai National Forests; (3) the Southwest Montana Zone includes the Bitterroot and Lolo National Forest; (4) the North Central Montana Zone includes the Helena and Lewis and Clark National Forests; (5) the South Central Montana Zone includes the Beaverhead-Deerlodge National Forest; and (6) The Eastern Montana Zone includes the Gallatin and Custer National Forests. Awards may be made to support providing services to each of the zones. The Architect-Engineering firms must demonstrate its and each key subcontractors qualifications with respect to the published evaluation factors for all services. Evaluation factors 1 through 3 are considered most important and equal; factor 4 is slightly less important; and factors 5 and 6 are of lesser importance and will be used as tiebreakers among technically equal firms. Specific evaluation factors include: 1. Professional Qualifications: The contract requires that a firm have a Professional Land Surveyor licensed in at least one of the following states; Montana, North Dakota, or South Dakota. Each firm can be considered for all of the geographical areas for which they possess the required licenses to provide land-surveying services under this Solicitation. 2. Specialized Experience: The firm demonstrates specialized experience and technical competence, as evidenced by the successful completion of several substantially similar projects to those noted above. Specialized experience includes projects performed under requirements similar to those contained in the R-1 Boundary Management Contract Specifications. The firm demonstrates an understanding of proper technical procedures, standards and quality control procedures as shown by knowledge of the following: (a) The technical procedures contained in the BLM Manual of Instruction. (b) The knowledge of and familiarity with the standards contained in the Region 1 Boundary Management Contract Specifications. (c) Quality Control of data collection as indicated by knowledge of one or more of the following error analysis routines: 1) StarNet - Least Squares Adjustment Software, 2) BLM's Cadastral Measurement Management software or various other software packages capable of performing survey closures and error analysis. 3. Location in the General Geographical Area: Location of the firm?s office or a branch office is within the customary trade area of potential projects. A history of prior survey experience indicates a specific knowledge of prior surveys in customary trade areas. Customary trade areas are; the North & South Dakota Grassland Zone, the Northwest Montana Zone, the Southwest Montana Zone, the North Central Montana Zone, the South Central Montana Zone and the Eastern Montana Zone. 4.Capacity to Accomplish work in the Required Time: The firm indicates the capacity to accomplish work in a specific geographical area with the identified personnel and equipment and an express added ability to assign personnel to a project with relatively short notice (1 month). 5. Past Performance: Firm has excellent record of performing projects of record within allotted contract time. The knowledge of the firm, aided by supporting documentation, indicates superior performance on similar projects. 6. Additional Data: (a) Provide average percentage of time each member of key personnel proposed for the project(s) will spend on each of the survey functions listed above; (b) provide a listing of Public Land Survey System (PLSS) experience of the key personnel proposed for the project(s) in the last 3 years. Include the number and location of standard, fractional, and elongated sections subdivided, miles of section boundaries dependently resurveyed, and number of PLSS corners monumented or remonumented, and (c) Summit at least 2 filed plats illustrating PLSS boundary surveys by the key personnel proposed for the project(s) and one drawing of either a right-of-way survey or engineering site survey. In addition to the technical evaluation criteria, the Forest Service may administratively elect to consider the volume of work previously awarded to the A&E firm 1) to determine which of the most highly qualified A&E firms should be awarded a particular project and/or 2) as a method to permit qualified A&E firms to gain experience so that they can compete as a most highly qualified firm on future A&E contracts. Type of contract is a Firm Fixed Price Indefinite Delivery Indefinite Quantity. The duration of this contract will be for 1 year from the date of initial award with 4 - one year option periods. The cumulative total amount that may be paid for all awards made (including all option years and all task orders issued under all awards) is $600,000.00. The minimum guarantee for each contract awarded (including option years) will be $2,500. The options may be exercised within the time frame specified in the resultant contracts at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the submit contract. There will be no dollar limit per task order and no dollar limit per year. The proposed contract is being solicited on an unrestricted basis. All contractors are advised that registration in the Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register initially in the CCR Database may render your firm ineligible for award and failure to update your registration yearly may render your firm ineligible for option year renewals. For more information, check the CCR Website at: http://www.ccr.gov. Solicitation packages are not available. This is not a Request for Proposal. Responses are to be sent to the following address: USDA Forest Service, Northern Region, ATTN: Marge Schafer, 200 E. Broadway, Missoula, MT 59807. Responses are due no later than 2:00 p.m. MST, April 13, 2007. Late responses will be handled in accordance with FAR 52.215-1. Electronic (Email, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit 2 copies of the qualification statement. Technical questions regarding this announcement can be directed to Tony Bachman, at 406-329-3156.
- Place of Performance
- Address: 200 E. Broadway, Missoula, MT
- Zip Code: 59807
- Country: UNITED STATES
- Zip Code: 59807
- Record
- SN01248789-W 20070314/070312220058 (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 |