Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

C -- Legal Boundary Surveys for the Wetlands Reserve Program Easements- Ohio

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Michigan State Office, 3001 Coolidge Road, Room 100, East Lansing, MI, 48823-6350, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-5E34-S-07-0002
 
Response Due
6/15/2007
 
Archive Date
6/30/2007
 
Description
CONTRACT INFORMATION: The USDA Natural Resources Conservation Service (NRCS) in Ohio requires the services of a licensed registered land surveyor for the performance of legal boundary surveys for the Wetlands Reserve Program easements in the State of Ohio. 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 541330. This announcement constitutes the only notice. PROJECT INFORMATION: The government anticipates multiple awards of a firm fixed price, indefinite delivery-indefinite quantity (ID/IQ) contracts as a result of this competition. 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 the contract will be subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at $1000 but shall not exceed $10,000. The maximum order amount for any contract period (base year and each option year) shall be $50,000. There is no guaranteed minimum for the base period or option periods if exercised. DESCRIPTION OF WORK 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 Ohio Administrative Code A.C. Chapter 4733-37. Projects could be anywhere in the state of Ohio. However, the following counties currently have projects to be awarded: Wayne (3-sites), Franklin (1-site), and Williams (1-site). Task orders will be more specific in terms of location, acreage, survey requirements, deliverables, etc. Work under each of these task orders will be subject to satisfactory price negotiation prior to issuance of a Notice to Proceed (NTP). Task orders will be awarded as firm fixed price procurements. The Contractor will provide a legal boundary survey of the WRP easement areas, including a map, a narrative easement description, and the route of ingress and egress. Access shall be surveyed, but no monumentation is required. The surveyor must be a licensed registered land surveyor in the state of Ohio. The survey and descriptions shall meet all requirements of the county(s) that the land is contained in. The survey will show both the easement boundary and the access route. Descriptions shall be of the metes and bounds type. The surveyor will provide (1) 8.5 in. x 11 in. copy, narrative of the Easement Description, titled Exhibit A, (2) 8.5 in. x 11 in. copy, narrative of the ingress/egress, titled Exhibit B and (3)11 in. x 17 in. Map, titled Exhibit C-1 to the Contracting Officer (CO). The following statement will be included on each survey: THIS IS TO CERTIFY THAT THIS SURVEY WAS DONE BY THE UNDERSIGNED, AND THAT THE SURVEY WAS DONE ON THE GROUND IN ACCORDANCE WITH THE MOST RECENT MINIMUM STANDARDS FOR PROPERTY BOUNDARY SURVEYS, AS SET FORTH BY THE STATE OF OHIO. SIGNATURE The contractor will also include the name of the landowner and WRP contract number in the legend area of the survey plat. 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 Wetlands Reserve Program Easement, 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, 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 surveyor will contact the local Natural Resources Conservation Service (NRCS) District Conservationist (DC) prior to beginning the survey. The DC will provide location maps of the easement area, written access, and other descriptive information as needed. The surveyor will provide any digital data in the format of ArcGIS shape files (.shp) NAD 83 datum in either UTM, state plane or geographic coordinates. The surveyor is to ensure that the description is prepared in an acceptable manner for recording the easement in the county or counties where the easement will be filed. Monuments and witness posts shall be installed by the surveyor at the time the survey is completed and prior to delivery of the plat of survey and legal description. Monuments and witness posts with signs shall be installed at each corner and every 500 to 1000 feet along a tangent. Witness posts and monuments are required at the intersection of property lines and bayous, rivers, lakes, or streams. Acceptable monuments are: 1. One-inch or larger diameter iron pipes; 2. 5/8 in. or larger diameter steel reinforcing bar or iron pins; 3. Four-inch square concrete posts with a center point; 4. Commercially manufactured iron or aluminum monuments; 5. Brass discs (or similar metal), set in durable material; 6. Drill holes in durable materials. Minimum length for all monuments is two feet or larger if required by code. All monuments will be set flush with or below the ground surface and witnessed with a witness post. Acceptable witness posts are: 1. Three-inch diameter southern Yellow Pine pressure treated to 0.4 pounds per cubic foot retention of chromated copper arsenate (CCA). Minimum length shall be seventy-eight inches. 2. T shaped steel fence post 1 3/8 in. x 1/8 in. or heavier. Minimum length shall be seventy-eight inches. Fence post color shall be green. 3. U shaped metal sign post, seventy-eight inches long. 1.12 lbs. per foot. Color shall be green. The contractor is required to attach a 3 ft. x 4-1/2 ft. WRP CONSERVATION EASEMENT BOUNDARY sign to the top of the witness post, using galvanized nuts and bolts or galvanized lag screws. A wire attachment is not acceptable. The signs shall have a minimum of two 3/8 inch diameter holes and proper accompanying fasteners. The contractor will be required to pick up the signs at the local NRCS Office. Upon completion, the surveyor will contact the local NRCS DC to allow for certification that work has been completed in accordance with NRCS specifications. This certification will be made prior to any reimbursement to the surveyor. The surveyor will provide one copy of the survey plat to the DC. PRESELECTION CRITERIA: The Project Manager must be a Licensed Registered Land Surveyor in the State of Ohio. 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 in descending order of importance. 1. Professional qualifications necessary for satisfactory performance of the required services. 2. Specialized experience such as: rural or conservation easement boundary surveys; local courthouse legal description/plat map requirements; electronic data collection and computer generated plan development. 3. Capacity to accomplish the 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. Firms proximity to general geographical area of the project and knowledge of the locality of the project. 6. Demonstrated experience with similar types of projects in the State of Ohio within the last 5 years. Firms must provide a customer reference list with addresses and telephone numbers for all projects listed as related experience, and a project workload schedule showing proposed team members for the project period. 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 but a Request for Qualifications. SUBMISSION REQUIREMENTS: Those firms that meet the requirements described and wish to be considered must submit 4 copies of a form SF-330 for prime and any proposed sub-consultants to Bonnie R. Kilgore, Contracting Officer, Natural Resources Conservation Service, 3001 Coolidge Road, Suite 250, East Lansing, MI 48823. The forms must be received in this office no later than June 15, 2007. 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, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. 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: Throughout the State of Ohio,
Zip Code: 43215
Country: UNITED STATES
 
Record
SN01296559-W 20070519/070517220422 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.