SOLICITATION NOTICE
C -- IL WRP A-E SERVICES
- Notice Date
- 6/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Illinois State Office, 2118 West Park Court, Champaign, IL, 61821, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- RFQ-NRCS-IL-07-AE1
- Response Due
- 7/12/2007
- Archive Date
- 7/27/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Natural Resources Conservation Service (NRCS) is seeking qualified firms to provide Architect/Engineer (A/E) services under a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quality (IDIQ) contract. This is a request for qualifications (RFQ) of A-E firms interested in contracting for the services of registered land surveyors (licensed in the State of Illinois) to provide easement boundary line surveys, topographic surveys, cross section surveys and/or material quantity surveys of rural and mixed urban use land class property in the State of Illinois. There is no RFP package to download. This procurement is set aside for small business firms. The primary North American Industrial Classification System Code (NAICS) is 541370, which has a size standard of $4.5 million in average receipts. Selection will be in accordance with the Brooks Act and Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firm(s). The Contracting Officer may elect to award up to three (3) multiple contracts from this single synopsis. Contract will be for a base period of 12 months from date of award with four (4) one year option periods for a total of five (5) years, if all options are exercised. Projects will be issued to the A-E firm by Firm Fixed Priced task orders against the individual contract. Each contract will be subject to satisfactory negotiation of individual task orders. The minimum award of any single task order will be $2,500 but shall not exceed $100,000. The guaranteed minimum dollar amount for an individual order shall not exceed $2,500 for the initial period only. There shall be no guaranteed minimum for the option periods, if exercised. The maximum amount for each contract period (base-year and each option-year) shall be $250,000. Project distribution will be based upon the qualifications of the firm that best matches the needs of the individual requirement. DESCRIPTION OF WORK: See Attachment A to the announcement SUBMITTAL PROCEDURES: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting portfolios of examples of relevant work that establish the surveying capabilities of the A-E firm. The portfolio should include the following: A) A cover letter referencing this announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments, B) One (1) original and two (2) copies each of Standard Form 330, Architect-Engineer Qualifications. Identify all employees and consultants the A&E expects to utilize. SF-330's for the A-E Firm must be dated not more than twelve (12) months before the date of this synopsis. Please complete all areas of the SF330; in Block 31-33 the A-E Firm MUST sign, name, title and date the submittal. EVALUATION AND SELECTION CRITERIA: Firms will be selected for negotiations based on demonstrated competence for the required work described herein. Your submission (Block 30 of the SF- 330 form or an attachment) should specifically address these evaluation criteria listed in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of required services. Provide information pertaining to your firm?s Illinois Registered Professional Land Surveyors (RPLS). Include experience or examples in conducting cadastral surveys within the State of Illinois, as well as topographic and quantity calculation surveys performed in Illinois. Indicate anticipated level of involvement of each RPLS on these projects, including field collection of data. (2) Capacity of the firm to provide the required services in the required time: List your firm?s available personnel and procedures used to ensure reasonable deadlines are met. Include any proposed subcontractor(s) and specify what duties they would perform. Include SF Form 330 part I and Part II as necessary for all proposed sub-contractors. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Provide between 3 and 7 references for projects performed within the last 3 years that are similar in scope to cadastral surveys, boundary line marking, topographic surveys, or quantity calculation surveys. (4) Specialized experience and technical competence in the type of work required. Highlight projects involving boundary surveys that required property line marking performed by the key personnel that will be assigned to the work. Include descriptions of work performed in a rural or agricultural setting. Highlight any use of the latest in survey or CAD technology that would be used to accomplish the work. Proposal should also include the firm?s quality control plan for field and office work. (5) Proximity of the firm to local project area: Indicate where your nearest office is in relation to the project area. If not within a 50-mile radius of the project area, indicate how you plan to provide service in a cost-effective manner. (6) Cadastral Survey knowledge, records research, and resolution of conflicting evidence: Discuss your firm?s knowledge of cadastral survey practices, records research and the approach you have used on previous surveys to resolve problems resulting from conflicting title or physical evidence. Submit a Record of Survey from a boundary survey sealed by a licensed land surveyor who will conduct boundary surveys under an awarded contract. The survey should demonstrate principles relevant to these criteria. LOCATION FOR SF330: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF Envelopes containing SF330 submittals responding to this announcement should have the following in the lower left-hand corner of the envelope: RFQ NRCS-IL-07-AE1, WRP A&E Services, Due July 12, 2007. Mail responses to: Bernita Clark-Contract Specialist, Natural Resources Conservation Service, 2118 West Park Court, Champaign, Illinois 61821. Responses must be received before 4:00 p.m. Central Time Zone, on July 12, 2007, in order to be considered for selection. Faxed or electronic submittals will not be accepted. Late responses are subject to FAR Provision 52.214- 7.
- Place of Performance
- Address: Champaign, Illinois
- Zip Code: 61821
- Country: UNITED STATES
- Zip Code: 61821
- Record
- SN01316277-W 20070614/070612220313 (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 |