SOLICITATION NOTICE
R -- R - Land Survey Indefinite Delivery -Indefinite Quantity Contracts for Oregon, Washington, Idaho, Hawaii and Pacific Island Territories
- Notice Date
- 5/24/2011
- Notice Type
- Presolicitation
- Contracting Office
- Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
- ZIP Code
- 97232
- Solicitation Number
- F11PS00818
- Response Due
- 7/8/2011
- Archive Date
- 5/23/2012
- Point of Contact
- Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;
- E-Mail Address
-
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
- Indefinite Delivery - Indefinite Quantity contract on as as-needed basis to furnish all labor, services, equipment, materials, and supplies for land surveys in support of U.S. Fish & Wildlife Service resource management programs in the states of Oregon, Washington, Idaho, Hawaii, and in Pacific island territories. This support includes: boundary, topographic, control, and water rights surveying, which may involve research, field work, mapping, preparation of legal descriptions and tract reports, preparation and processing of tentative maps and applications for land division approval, calculation of volumes and quantities, recording of surveys, plats and monument records, boundary marking, posting and maintenance, and other incidental services. Requirement is open to any size business within the states of Oregon, Washington, Idaho or Hawaii. Applicable NAICS Code is 541370. The small business size standard for this NAICS code is 4.5 million annually. The Service intends to award one contract in each of 4 geographic zones (see exhibit) that have been identified within the four states covered by this contract. The zones are delineated by county boundaries, and have been designed to include both major concentrations of USFWS facilities and the nearest urban areas. In this way, it is expected that the costs of per diem and travel are minimized and local experience is maximized, while creating a large competitive pool. All successful IDIQ contract awardees shall be guaranteed a minimum of $5,000 for the full IDIQ contract performance period. This guarantee insures that a contractor will receive a minimum of $5,000 if no task orders should ever be issued. Once task orders have been issued and the minimum $5,000 is met however, those monies will be deobligated from the IDIQ contract. Other Federal Agencies shall be allowed to utilize these IDIQ contracts. The average annual monetary amount issued against previous IDIQ contracts have been anywhere from $0 to $80,000.00 per year. Contractors must have a survey office located within the zone for which they wish to be considered. A "survey office" is an office from which survey crews are ordinarily dispatched by the land surveyor in responsible charge of the work being performed. This requirement does not prevent the contractor from utilizing crews and resources from other offices for any projects assigned under this contract. One firm may be awarded a contract in more than one zone, but the contractor is required is required to maintain a survey office within the zone(s) for which they are selected. Partnerships may be utilized to provide multiple survey offices within individual zones. Projects located within the zone will normally be assigned to the contractor for that geographic zone, although work may be assigned to other firms, other government agencies, or performed by FWS employees. Work outside the designated zones will be assigned to a contractor based on certain qualifying factors, as determined by the Service. The contract will be issued on a yearly basis, with one base year and the possibility of four one-year extensions. The base year will be for Fiscal Year 2012 (from contract award through September 30, 2012), with optional years running from October 1, 2012 through September 30 2016. All work performed under the contract will be governed by the general Technical Specifications. Task Orders will be issued for individual projects, and will contain a Statement of Work that gives the project location and specific requirements. The number and size of individual task orders actually issued is dependent upon priority and availability of funds. All work performed under this contract will be performed under the responsible charge of a Licensed Land Surveyor, and at least one person in the organization must possess a valid Land Surveyor license issued by each state or states within which the geographic zone falls. In addition the following certificates or licenses will be required: Oregon: At least one person in the organization must possess a Certified Water Rights Examiner certification.Hawaii: At least one person in the organization must possess a Land Court Surveyor certification. In addition, for firms in the Eastern Washington & Eastern Oregon zone, Idaho licensure is desirable. Submission of Proposal Interested firms should submit proposals to the U.S. Department of the Interior, Fish and Wildlife Service, ABA/ CGS 911 NE 11th Avenue, Portland, Oregon 97232-4181. The solicitation is anticipated to be posted within 15 days and the proposal submission due date will be thirty days from the actual issuance date of the solicitation. Submittals must contain the Announcement Number and Due Date on the outside of the envelope. A proposal will consist of two (2) copies of a Technical Proposal, and a Pricing Proposal: The Technical Proposal: Will consist of Standard Form 330, together with a statement that specifically addresses the evaluation criteria, identifies which states the firm holds licenses in, and identifies which geographic zone(s) the firm wishes to be considered for. The Technical Proposal will be evaluated on the following criteria, in descending order of importance. "Specific relevant qualifications of those persons listed to perform under the contract, which include individual licensing, education, and experience in the general geographic area under consideration. "Specific experience and familiarity with cadastral surveys of rural lands, riparian boundaries, and land partitions, and with conditions within the contract area having possible effects on scheduling, costs, and complexity of procedures. "Specific performance records on previous survey work performed for the Fish and Wildlife Service, other federal, state, and local governmental agencies and private industry, illustrating the quality of the organization's work and the organization's ability to meet performance schedules and cost commitments. "Number of personnel, and specific type and amount of applicable field and office equipment available for this contract. "Demonstrated survey expertise in applications of a) GPS; b) Computer-Aided Drafting; c) Topographic surveying; and d) control for, and evaluation of, mapping using LiDAR and conventional photogrammetry. "Samples of work: Provide sample maps or other final products illustrating the firm's experience in a) complex cadastral surveys or GLO retracement, b) determination or apportionment of riparian or littoral/ tidal boundaries, c) topographic surveying. Provide samples for a maximum of three projects, in a format no larger than 11"x17". Within each zone, firms will be ranked from most to least highly qualified by applying a numeric rating system to criteria listed above and comparing firms on the basis of such rating system. The Pricing Proposal: Will consist of a schedule giving the daily labor rate to be charged for each of eight categories (see exhibit). Space is available if the contractor wishes to propose daily fees for GPS or other equipment. One schedule will be provided for each of the five potential contract years, but pricing may be renegotiated when the contract is modified to enact each additional Option Year. After firms have been ranked by qualifications, the Pricing Proposal will be evaluated, and fair and reasonable labor and equipment rates will be negotiated with the most highly-ranked firm. When individual task orders are proposed, these base labor and equipment rates will be used in negotiating a fair and reasonable fee for the project. Note: Travel costs, including mileage, transportation, lodging, meals and incidentals are allowable costs up to the published GSA rates for the project location and time. Interested contractors must complete online representations and certifications application (ORCA) at "http://www.bpn.gov" and must be registered in CCR at http://www.ccr.gov to be eligible for an award. Solicitation number: F11PS00818 may be viewed thru a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at https://www.fbo.gov/ or "http://www.nbc.gov". No further notice shall be posted on Fedbizopps. For assistance in downloading information from the National Business Center contact the helpdesk at (703) 487-9870. Point of contact for technical questions is David Hills. Technical questions may be directed to David Hills at (503) 231-6843 or David_Hills@fws.gov. Contracting questions may be directed to Karl Lautzenheiser at (503) 231-2052 of Karl_Lautzenheiser@fws.gov. All information must be received by USFWS, 911 NE 11th Ave., Portland, OR 97232 by the closing date posted on the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00818/listing.html)
- Record
- SN02455492-W 20110526/110524234602-e92f5807e00f187846e3084f4eba0c94 (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 |