Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2008 FBO #2259
MODIFICATION

C -- Boundary Survey Services for NH Wetlands Reserve Program

Notice Date
1/31/2008
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, New Hampshire State Office, 2 Madbury Road, Durham, NH, 03824-2043, UNITED STATES
 
ZIP Code
03824-2043
 
Solicitation Number
AG-1428-S-08-0001
 
Response Due
2/22/2008
 
Archive Date
4/30/2008
 
Point of Contact
Patricia Pickett, Contracting Officer, Phone 802-951-6796, ext. 224, Fax 802-951-6327
 
E-Mail Address
pat.pickett@vt.usda.gov
 
Description
THIS SOLICITATION IS BEING AMENDED A SECOND TIME TO WITHDRAW THE TOTAL SMALL BUSINESS SET-ASIDE. IN ACCORDANCE WITH THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM, A&E SERVICES (INCLUDING SURVEYING AND MAPPING)ARE A DESIGNATED INDUSTRY GROUP WHICH SHOULD BE SOLICITED UNRESTRICTED FOR SOLICITATIONS GREATER THAN THE EMERGING SMALL BUSINESS LIMIT OF $50,000. ALL BUSINESSES MAY SUBMIT QUALIFICATION STATEMENTS FOR THIS UNRESTRICTED COMPETITION. The USDA, Natural Resources Conservation Service (NRCS) in New Hampshire announces a request for Standard Form (SF-330 Parts I & II), Architect and Engineer Qualification Statements, from firms qualified to provide legal boundary survey services for easements under the Wetland Reserve Program and other similar programs. This acquisition is being conducted in accordance with FAR Subpart 36.6, Architect Engineering Services. The Small Business size standard is based on North American Industry Classification System (NAICS) code 541370, Surveying and Mapping (except Geophysical) Services, which is $4.5 million average annual income. The type of contract to be awarded will be an Indefinite Delivery and Indefinite Quantity (IDIQ) contract. Contract will include one base year, and up to four one-year renewal option years. Work will be ordered through the issuance of individual task orders on an as-needed basis. Anticipated needs for base year are approximately 7 boundary surveys for properties located in Strafford County. The maximum total delivery orders against the contract will be $500,000 for the base year including all option years. The guaranteed minimum is $40,000 for the base year only. There shall be no guaranteed minimum for the option years. PROJECT DESCRIPTION The required professional services include research, field surveys, notes, computations, corner search and determination, placement of monuments, witness posts, and signs, measurement and marking of easement boundary lines, preparation of final plats (as computer aided design (CAD) files and paper copies), metes and bounds description and execution of certification and other such documents that may be required for the Government to obtain title insurance. The Scope of Services for Boundary Survey under the Wetland Reserve Program can be found in an attached file. SELECTION CRITERIA Firms will be evaluated and ranked using the following selection criteria: (1) Professional qualifications necessary for satisfactory performance of required services. (20 points) The Surveyor must be a licensed registered land surveyor with the New Hampshire Board of Licensure for Land Surveyors. Evaluation will include the level of formal education, continuing education, the number of years licensed, and involvement in professional activities/organizations. (2) Specialized experience and technical competence in the type of work required. (20 points) Evaluation will be based on knowledge of local survey practices, records research, and the approach used on previous surveys to solve problems resulting from conflicting title or physical evidence. Include with this item a sample survey report accompanied by a plat identifying a boundary conflict and an appropriate conclusion or solution. (3) Capacity to accomplish the work. (20 points) Evaluation will be based upon the number of personnel available, the quantity of existing work under contract, the schedules for completion of the existing work, and the capacity to provide personnel for multiple contracts. (4) Past performance on contracts with other government agencies and private industry. (20 points) Evaluation will be based upon the firm?s past experience with other government agencies and the private sector in performing the requirements described; cost control, quality, and timeliness of performance under previous contracts. References with name and telephone numbers must be provided. (5) Location in the general geographic area and knowledge of the locality of the project area. (10points) Evaluation will be based upon the firm?s proximity to the State of New Hampshire and the project area. For firms outside of the general project area, submit a plan to provide service in a cost effective manner. Firms must clearly indicate the office location where the work will be performed. (6) Aggressive internal quality control program. (10 points) Evaluation will be based on demonstrated results of eliminating or reducing errors and/or omissions. SUBMITTAL REQUIREMENTS Firms, which meet the requirements described in this announcement, are invited to submit 2 copies of a Standard Form 330, Architect-Engineer Qualifications, Part I & II, as well as any information that will assist with their evaluation on selection criteria, not later than 4:30PM EST on February 22, 2008 to the attention of Patricia Pickett, Contracting Officer at the contracting office address listed in this notice. Please limit narrative responses to one page per evaluation factor. Only those firms responding by the time listed above will be considered for selection. After an initial evaluation, the most highly rated firms will be selected. Selected firms will then be sent a solicitation to provide their proposals. Interviews for the purpose of discussing prospective firm?s qualifications will be conducted either in person or by teleconference. All firms 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/NRCS/NHSO/AG-1428-S-08-0001/listing.html)
 
Place of Performance
Address: New Hampshire
Zip Code: 03824
Country: UNITED STATES
 
Record
SN01497916-F 20080202/080131231659 (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.