Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2007 FBO #2218
SOLICITATION NOTICE

C -- Architect - Engineer Services, Base Year plus four years for Cadastral/Boundary Surveys.

Notice Date
12/21/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and Facilities Management, Region 3 US Fish & Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
301818R101
 
Response Due
1/31/2008
 
Archive Date
12/20/2008
 
Point of Contact
Richard Hillard Contracting Specialist 6127135214 Richard_Hillard@fws.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Announcement for A/E Services (Full and Open, Multiple Award) GENERAL REQUIREMENTS: The U.S. Fish and Wildlife Service (FWS), Region 3, is seeking submittals of Standard Form (SF) 330 "Architect-Engineering Qualifications". This contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Architect-Engineering (A-E) services are required primarily for Cadastral/Boundary and elevation survey services as required by the U.S. Fish and Wildlife Service to include records research, field surveying, monumenting, boundary posting, platting, and/or preparation of a report of survey. Services are to be performed at various fish hatcheries, national wildlife refuges, waterfowl production areas, U.S. Fish and Wildlife Service facilities, and on private lands within the state or states for which this contract is written. The resultant contract(s) will be a multiple indefinite-delivery, indefinite quantity (IDIQ) type contract for a base period not to exceed one year with four (4) one-year option periods for a total contract value of $500,000. A minimum of $1,000.00 in services is guaranteed for this contract. This announcement is open to all businesses regardless of size. The North American Industrial Classification System (NAICS) code is 541370. For informational purposes, the Small Business size Standard is $4.5 million. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. (1) Specialized experience in performing cadastral surveys on rural properties and along navigable waterways, submission to include examples of (a) cadastral survey plat/notes which comply with the Bureau of Land Management (BLM) Manual of Surveying Instructions; (b) experience in rural cadastral surveys including wetland and forested areas; (c) boundary surveys along navigable waterways. (2) Professional qualifications of designated staff to perform rural cadastral surveys (includes licensing and experience). Positions include Land Surveyor, Party Chief, Survey Technician/Aide, CADD Operator/Draftsman. (3) Location of the contractor's office that will be performing the work. (Preference is the geographic location of the work). The qualification statement will clearly indicate the office location through which the work will be performed. (4) Past performance on contracts with federal and non-federal government agencies and private industry, in relation to quality, cost control, and compliance with performance schedules on rural boundary surveys. Submission to clearly indicate the current name, address, and phone numbers of references. (5) Specific types of field and office equipment available for this project. (Capability to adjust to published horizontal and vertical coordinates and submit AutoCAD files is required). SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform the work must submit an original and three (3) copies of the SF 330 form (both Parts I and II) by close of business on January 31, 2008, to the U.S. Fish and Wildlife Service, Region 3, Division of Contracting and Facilities Management, ATTN: Richard Hillard, 1 Federal Drive, Fort Snelling, MN 55111-4056. All offers must be submitted in an envelope or package marked: Proposal-Do Not Open, No. 301818R101. Please direct questions regarding this solicitation to Rick Hillard at (612) 713-5214.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=151658)
 
Place of Performance
Address: U.S. Fish & Wildlife (FWS) Facilities Great Lakes Region 3; Locations: Minnesota
Zip Code: 551114056
Country: USA
 
Record
SN01475367-W 20071223/071221225735 (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.