SOLICITATION NOTICE
C -- Land Survey Services
- Notice Date
- 3/28/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, 1323 Club Drive Acquisition Management, Vallejo, CA, 94592, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- AG-91S8-S-08-0004
- Response Due
- 5/2/2008
- Archive Date
- 7/2/2008
- Point of Contact
- Don Bandur, Contracting Officer, Phone 707 562-8782, Fax 707 562-9043, - Don Bandur, Contracting Officer, Phone 707 562-8782, Fax 707 562-9043
- E-Mail Address
-
dbandur@fs.fed.us, dbandur@fs.fed.us
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA-Forest Service (California) intends to award six to ten indefinite quantity/indefinite delivery contracts to qualified firms for Cadastral/Boundary and engineering survey services (multiple awards to multiple firms). This solicitation is open only to small business firms that currently perform land surveys within the State of California. Survey work must be performed by a land surveyor licensed in the State of California, in conformance with the California Land Surveyor's Act. Services include record research, field surveying, monumentation, boundary posting, platting, and electronic file generation. Services are to be performed on and adjacent to the Angeles, Cleveland, Los Padres and San Bernardino National Forests. These four National Forests are collectively located in: San Diego, Kern, Riverside, Orange, San Bernardino, Los Angeles, Santa Barbara, San Luis Obispo, Ventura and Monterey counties. The resultant contracts will be indefinite-delivery, indefinite-quantity type contracts for a base period of one year with two one-year option periods. After award, the selected firms will receive work in the form of task orders for various projects throughout these four National Forests. Individual project task orders will contain project specific requirements along with a negotiated, firm-fixed-priced. The potential combined, total maximum work awarded to all firms will be cumulatively less than $1,500,000 per year for all work. The minimum guarantee for each contract period will be $5,000 and the maximum ordering limit will not exceed the cumulative $1,500,000 threshold. This $1,500,000 threshold may not (necessarily) be divided evenly among the awardees. All other things being relatively equal, preference for award of a task order may be given to a firm with an office located closer to the required project work. Important-- there is no solicitation package to request. Interested and qualified land survey firms may respond to this announcement by submitting a standard form 330 (both Parts I and II). In addition to information contained within form 330, consideration will be based on the four evaluation factors, listed below in descending order of importance: (1) Specialized experience in performing cadastral surveys on rural properties. Submissions are to include examples of cadastral survey plat/notes which comply with the Bureau of Land Management Manual of Instructions for the Survey of Public Lands, and experience in rural cadastral surveys, and surveys of forested areas. (2) The professional qualifications of staff designated to perform rural cadastral surveys; please include license and experience. (3) 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. Submissions are to clearly indicate the current name, address, and phone numbers of references. (4) Specific types of field and office equipment available for this project. The capability to adjust to published horizontal and vertical coordinates to a standard system, such as the California Coordinate System, and to submit AutoCAD/GIS files are required. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Interested firms having the capabilities to perform this work must provide one complete original and one complete copy of your form 330 (inclusive of evaluation factors or information pertaining to consultants and subs), to: Forest Service, Attn. Karen Newlander, 701 N. Santa Anita Ave., Arcadia, CA 91006. Clearly reference Number AG-91S8-S-08-0004 on your envelope. Responses are due prior to 3:00 P.M., local time, on May 2, 2008. The Forest Service will not accept transmission of these items electronically or via FAX. Award of any contract is contingent upon funding approval. End of Synopsis.
- Place of Performance
- Address: Angeles National Forest, 701 N. Santa Anita Ave., Arcadia, CA
- Zip Code: 91006
- Country: UNITED STATES
- Zip Code: 91006
- Record
- SN01544225-W 20080330/080328223351 (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 |