Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
DOCUMENT

C -- A/E Surveying Services for Various Water Projects - SF330

Notice Date
1/8/2009
 
Notice Type
SF330
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
 
ZIP Code
71302
 
Solicitation Number
AG-7217-S-09-0006
 
Archive Date
2/24/2009
 
Point of Contact
Vicki Supler,, Phone: 318-473-7645, Ralph E Broome,, Phone: 318-473-7781
 
E-Mail Address
vicki.supler@la.usda.gov, ralph.broome@la.usda.gov
 
Small Business Set-Aside
N/A
 
Description
The USDA Natural Resources Conservation Service in Louisiana requires the services of a professional surveying firm with experience in performing surveys for various water resources projects. This acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. The primary NAICS code is 541330, which has a size standard of $4.5M. This announcement constitutes the only notice. PROJECT INFORMATION: The selected firm must be able to work on sites which are landbased, shallow draft and deep draft marine and marshland-based areas. The selected firm will perform the following services: Surveys required may consist of but are not limited to any part, one or all of the following activities: boundary surveys, topographic/planimetric surveys, magnetometer surveys, hydrographic/bathymetric surveys, horizontal and vertical control surveys, design surveys, development of graphical representations of survey data collected, construction layout/as-built surveys, construction checks and surveys for quantity computations. A typical project would require knowledge and experience in all aspects of surveying and surveying equipment. The firm will be required to perform surveys in accordance with NRCS standards. All survey drawings shall be computer generated in.dgn or.dxf format. The government anticipates the award of a fixed price indefinite delivery, indefinite quantity type (IDIQ) contract as a result of this competition. The initial contract period will be for one (1) year and the Government may, at its option, extend the contract to a maximum of five (5) years by exercising each of the four (4) one-year renewal options. Work under the contract will be subject to satisfactory negotiation of individual Task Orders. The price of any single task order shall be at least $5,000 but shall not exceed $500,000. The maximum order amount for any contract period (base year and each option year) shall be $600,000. The guaranteed minimum is $5,000 per year. Task Orders will be negotiated as firm fixed-price procurements for individual projects. PRE-SELECTION CRITERIA will be based on the firm having a minimum of three in-house surveyors employed on a full time basis. 1) At least one surveyor must be a Professional Licensed Surveyor in the state of Louisiana with a minimum of ten years experience. 2) At least two in-house draftspersons employed on a full time basis, one with a minimum of ten years CAD experience and one with a minimum of three year’s experience and 3) At least two fully equipped 4 man survey crews with each under the supervision of a party chief, one party chief having a minimum of ten years experience and one party chief having a minimum of five years experience. SELECTION CRITERIA: Each firm will be evaluated on the following: 1.Professional qualifications necessary for satisfactory performance. Evaluation will be based upon the number of qualified personnel, certifications/professional registrations, education, years of experience and qualified personnel’s knowledge and level of experience associated with the requirements above, and their availability to perform work on this contract. 2. Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in performing surveying for the types of projects described; specialized education at the university level, and all other applicable education, training, and certifications/professional registrations. Preferential consideration will be given to those firms with knowledge of and direct experience in the application of the described requirements in the coastal marsh environment in Louisiana. Examples of work shall be provided for review, as well as a description of the type, variety and complexity of the work performed. Previous work samples will be evaluated based on complexity of work performed. 3.Capacity to accomplish the work. Evaluation will be based on the number of qualified personnel available to work on this contract, the array, precision level and quantity of field/office equipment units and software/hardware units available to work on this contract, and the quantity of work currently under contract and the completion dates of existing contract work. Examples of equipment and software considered in the evaluation are: number/size of boats, trucks, GPS, RTK, echosounders, magnetometers, AutoCad, MicroStation, plotters, computers, Hypack, gradiometer, side scan sub-bottom sonar, etc. 4. Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm’s past experience with other government agencies and the private sector in performing the requirements described; the quality and timeliness of performance under previous contracts. References with telephone numbers must be provided. 5. Location in the general geographic area and knowledge of the locality. Evaluation will be based on the past work experience in Louisiana where surveys were performed. Firms shall indicate the locality of their past work experience. Preferential consideration will be given to firms that have performed the requirements described in coastal marsh areas of Louisiana. The evaluation factors listed above are ranked in their order of importance, with criteria (1) being the most important. In order to comply with the Debt Collection Improvement Act of 1996, all contractors 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. It is also required that all contractors be registered in the Online Representations and Certifications (ORCA) to be considered for an award of a Federal Contract. For information regarding registration to ORCA, contact the ORCA website at https://orca.bpn.net. Firms which meet the requirements described in this announcement are invited to submit 4 copies of Standard Form 330, Architect-Engineer Qualifications and any other supplemental information deemed relative to the selection criteria. Interested firms must submit their SF-330’s no later than February 9, 2009, 4:00 p.m. CT, to the attention of Vicki Supler, Contract Specialist, USDA-NRCS, 3737 Government Street, Alexandria, LA 71302. Only those firms responding by that time will be considered for selection. Firms responding to the announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. Facsimile transmissions and email transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. After an initial evaluation, three or more of the firms considered to be the most highly qualified firms may be chosen for discussions. The most highly rated firm selected will then be asked to submit a proposal. This is not a Request for Proposal but a Request for Qualifications. Any questions should be addressed to the contracting officer. NOTE: Work will be located throughout the State of Louisiana.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6d34a6ed1cede079204bcb97ccb9860f&tab=core&_cview=1)
 
Document(s)
SF330
 
File Name: SF330 Form (sf330_f.pdf)
Link: https://www.fbo.gov//utils/view?id=94b0181c2946a543cf9b051e23f4e42a
Bytes: 462.83 Kb
 
File Name: SF330-Part 2 (sf330_Part2.pdf)
Link: https://www.fbo.gov//utils/view?id=2fdb43b7009041190eebf4ccd62390bd
Bytes: 120.80 Kb
 
File Name: SF330 Section E (SF330_Sec_E.pdf)
Link: https://www.fbo.gov//utils/view?id=a90f7fe44edbb34e9de10117717e5e68
Bytes: 74.46 Kb
 
File Name: SF330 Section F (sf330_Sec_F.pdf)
Link: https://www.fbo.gov//utils/view?id=8fa74dbe62f53328d336e0f12a9ce7c0
Bytes: 462.83 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Various locations in Louisiana, Alexandria, Louisiana, 71302, United States
Zip Code: 71302
 
Record
SN01729303-W 20090110/090108215713-6d34a6ed1cede079204bcb97ccb9860f (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.