MODIFICATION
C -- Amendment 0001 to Surveying and Mapping Services for Fort Peck Lake, Montana, for approval of sanitation for up to 400 cabin sites and boundary surveys/record property transfers in the vicinity of Fort Peck, Montana.
- Notice Date
- 3/19/2008
- Notice Type
- Modification
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
- ZIP Code
- 68102-1618
- Solicitation Number
- W9128F-08-R-0017
- Response Due
- 4/2/2008
- Archive Date
- 6/1/2008
- Point of Contact
- Cindy Sand, 402-995-2090
- E-Mail Address
-
Email your questions to US Army Corps of Engineer - Omaha District
(cindy.m.sand@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 0001 to this announcement is issued to change the minimum font size requirement in the submission of documents in response to this sources sought announcement. The font used on all documents submitted shall be size 10 font or larger. The due date for receipt of all SF330 packages remains the same, 2 April 2008, 2:00 p.m. CDT. The phone number for Point of Contact has also changed. Cindy Sand 402-995-2090. There are no other changes to this sources sought announcement. CONTRAC T INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. One indefinite delivery contract will be negotiated and awarded and the total amount of the contract will not exceed $2,500,000 during the one year base and four one-year option periods. North American Industrial Classification System code is 541370 , which has a size standard of $4,500,000 in average annual receipts. This contract is set-aside for small businesses only. PROJECT INFORMATION: This contract is for approval of Sanitation for up to 400 cabin sites and boundary surveys/record pr operty transfers in the vicinity of Fort Peck, Montana, for the purpose of sale to current lessees. Sanitation assessments and Montana Department of Environmental Quality (MDEQ) application approval will be conducted for each cabin lot as indicated. Contractor will be responsible for ensuring lots meet MDEQ requirements. Survey will include preparing certificates of survey for lots on lands acquired by the United States from private landowners and plats for lots in the public domain. Certifica tes o f survey will be used to prepare and issue quick claim deeds. Plats will be reviewed by the Bureau of Land Management (BLM), so they can prepare and issue patents. Some lots will require both a quit claim deed (QCD) and a patent. Lots are loc ated on Federal land managed by the U.S. Army Corps of Engineers. The purpose of this project is to sell these lots, presumably to cabin site lease-holders. Some of these lots may be exempt from Montana DEQ sanitation guidelines SANITATION - This contract will be utilized to acquire information and apply for Approval of Sanitation in Subdivisions (76-4-101 et seq., MCA). Services may include but are not limited to the following: a) Collect appropriate information at the indiv idual cabin sites as required by ARM 17.36.327 and 17.36.335 for Approval of Sanitation in subdivisions. b) Report the collected information at the individual cabin sites and provide a summary for the individual Task Orders. c) If any non compliance issues are identified during the investigation, the Contractor shall report such findings and describe required actions necessary to reach compliance, according to the MDEQ requirements. d) Acquire all Environmental Permits, License s, Approvals, and/or Certificates for each cabin site, which are required for Approval of Sanitation in Subdivisions Review/Approval Process. This contract requires the Contractor to perform all work necessary to complete the requirements described by the Montana Department of Environmental Quality (MDEQ) to obtain Approval of Sanitation in Subdivisions and any requirements that the local government agencies might have. The Contractor shall also coordinate his efforts with MDEQ to make sure tha t he collects the information required to sufficiently and accurately complete any forms/applications for the Approval of Sanitation in Subdivisions. The Contractor shall also identify and determine resolution of any noncompliance issues with MDEQ in o rder to obtain Approval of Sanitation in Subdivisions. The Contractor shall provide all support activities necessary to ensure safe and effective accomplishment of project criteria within specified completion times as indicated in the individual Task Orders. While it is not the intent of this contract t o definitively locate and measure each and every sanitary improvement within the performance area, the M DEQ does require that existing facilities be identified and quantified. To the extent practical, the Contractor shall determine the location and type o f existing sanitation improvements on each cabin site (i.e. type of sanitary sewer line leaving the cabin, size, type and location of septic tank or leach field , etc.) without the use of invasive investigative measures (i.e. open cut excavation). If it is not possible to determine the exact location and dimensions of the system, the Contractor shall provide an explanation satisfactory to MDEQ why the information is not provided. When possible, the Contractor shall also make a determination of the adequacy of the system, to the best of his professional abilities and judgment. This informat ion shall be recorded on the existing database drawings or on sketches produced by the Contractor. The drawings (meet lot layout requirements in ARM 17.36.104) shall be produced in a legible, reproducible, professional manner suitable for inclusion in a published report. Rough field sketches with cryptic notations are not acceptable for inclusion in the final report. However, these sketches shall be included in an appendix to the report, which will include all original field notations E NVIRONMENTAL REQUIREMENTS - The Contractor shall identify all appropriate Federal, State and Local laws, regulations, and guidance and shall perform the work in full compliance with said laws and regulations. The Contractor shall ensure that all activi ties performed by his personnel, subcontractors and suppliers are executed in accordance with said laws and regulations. The Contractor is solely liable for all activities and subsequent results of his personnel and sub-contractors. Below are some statutes and rules of State and Local Government which may be applicable to this effort: Statute: 76-4-101 et seq., MCA (Sanitation in Subdivision Act) Rule: ARM 17.36.101 et seq.; State subdivision regulations Rule: Any local regulations that the counties may have in addition to DEQ. FEE TITLE SURVEY REQUIREMENTS The work to be performed at the cabin sites will be a boundary survey to determine and monument the perimeter of each lot(s) which are owne d by the U.S. Government. The survey will be conducted in coordination with the BLM Dependent Resurvey conducted by BLM Cadastral Survey previously/concurrently executed to the extent necessary to permit the accurate geographic placement and platting o f lots of public land (as surveyed by the contractor) to prepare official Supplemental Plats necessary for the issuance of US Patents. AREAS OF INTEREST There are 4 main geographic sites associated with this scope of work: Fort Peck Cabin Site s, Rock Creek Cabin Sites, Hell Creek Cabin Sites, and the Pines Cabin Sites. SITE DESCRIPTION AND LOCATIONS - The Fort Peck Dam and Fort Peck Lake (i.e., the Fort Peck Project) is the oldest and furthest upstream project of the six Missouri River m ain stem projects operated by the Corps. Located in northeastern Montana, the dam is approximately 1,770 miles upstream from the Missouri River confluence with the Mississippi River and approximately 11 miles upstream from the confluence with the Milk Rive r. The Fort Peck Lake is the nation s fourth largest manmade reservoir and backs up from the dam approximately 135 river miles to the west and south. Surrounding the water surface, the Fort Peck Project also encompasses over 400,000 acres in McCone, Va lley, Garfield, Phillips, Petroleum, and Fergus Counties. Nearly the entire Fort Peck Project is within the Charles M. Russell Nation al Wildlife Refuge (CMR), which is managed by the U.S. Fish and Wildlife Service (Service). Four recreation areas on the Fort Peck Lake (Fort Peck, the Pines, Hell Creek, and Rock Creek) have cottage areas (cabin sites) within them. These cabin sites are within areas designated by the Corps for intensive use recreation and there are individual cabin site lots leased by the Corps. Title VIII of the Water Resources Development Act of 2000 authorized Secretary of the Army, working with Secretary of the Interior, to identify cab in sites suitable for conveyance (i.e., sale) to current lessees and to perform the necessary environmental and real estate activities to dispose of these cabin sites at fair market value. The funds received from the conveyance of the cabin sites will be d eposited in the Montana Fish and Wildlife Conservation Trust for use in acquiring other lands with greater wildlife and other public value f or the Charles M. Russell National Wildlife Refuge Cabin Sites - Within the intensive use recreation areas (Fort Pe ck, the Pines, Hell Creek, and Rock Creek), four cottage areas have been designated (Figure 1). Collectively, the cottage areas include individual lots leased by the Corps to private individuals in accordance with 16 U.S.C. 460d. The lessees have construct ed cabins or cottages on these lots that are on federal lands managed by the Corps and within the exterior boundaries of the CMR National Wildlife Refuge. All leased cabin sites have power available and have permanent structures (improvements) on them. All sites were inventoried in the fall of 2002 to evaluate each lot s improvements, septic systems (if known), and water supply system. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of impor tance. a. Registered Professional Civil or Environmental Engineer in good standing with the State of Montana with experience with Montana Department of Environmental Quality regulations/state law. Key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the substituted personnel must be equal to or better than those whose resumes were submitted. b. Certified Registered La nd Surveyor of the State of Montana. Key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. In the event the selected firm decides to utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall prior to the utilization of these personnel, submit their resumes to the Contracting Officer for approval. The qualifications of the substituted personnel must be equal to or better than those whose resumes were submitted c. Experience with Montana State or County sanitation procedures and/or requirements. Include up to 5 examples within the last 5 years. d. Experience of three years in installation, constru ction or inspection of sanitation facilities including multi-dwelling systems and Montana State and County subdivision laws as well as the Montana State Sanitation and Subdivision Act (76-4- 101 et seq MCA). Include up to 5 examples within the last 5 y ears. e. Experience with Montana State or County surveyors procedures and requirements and Montana statutes. Include up to 5 examples within the last 5 years. f. Demonstrate experience with modern survey equipment and procedures related to boundary surveying and show ability to execute work on time and within budget. Include up to 5 examples within the last 5 years. g. Ex perience with Certificates of Survey for lots on lands acquired by the US from private landowners and plats for public domain lots. Include up to 5 examples within the last 5 years. SUBMISSION REQUIREMENTS: Interested firms having the capabi lities to perform this work must submit two copies of SF 330 Part I, and two copies of SF 330 Part II for the prime firm and all consultants, to the following address no later than 2:00 PM CDT on the response date indicated above. Your package sh ould be clearly labeled with the solicitation number and addressed to the attention of US Army Corps of Engineers, Attn: Cindy Sand, Contracting Division, 106 South 15th Street, Omaha, NE 68102. The SF 330 Part I shall not exceed 50 pages (8. 5 x 11), including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Font size shall be size 10 font or larger. Key staff submitted shall not be changed after award without the prior written approval of the Contracting Officer. I n the event the selected firm decides to utilize personnel in the performance of this Contract for which resumes were not submitted prior to award, the firm shall prior to the utilization of these personnel, submit their resumes to the Contracting Offi cer for approval. The qualifications of the substituted personnel must be equal to or better than those whose resumes were submitted. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project informa tion will be given to firms during the announcement period. Any prospective offeror must be registered in the Central Contractor Registration (CCR) database and have an active registration on Online Representations and Certifications Application (ORCA) in order to be eligible for award ORCAs website is https://orca.bpn.gov/. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Go to: http://www.ccr.gov/ for additional information about CCR. Contact Cindy S and at 402-995-2090 or via email at cindy.m.sand@usace.army.mil with any questions. This is not a request for proposal.
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
- Zip Code: 68102-1618
- Country: US
- Record
- SN01536540-W 20080321/080319230926 (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 |