Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2013 FBO #4315
SOLICITATION NOTICE

R -- A/E Program Easement Surveys - Statement of Work

Notice Date
9/15/2013
 
Notice Type
Presolicitation
 
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-13-0017
 
Archive Date
11/12/2013
 
Point of Contact
Vicki L. Supler, Phone: 318-473-7645, Carmen N. Falls, Phone: 3184737673
 
E-Mail Address
vicki.supler@la.usda.gov, carmen.falls@la.usda.gov
(vicki.supler@la.usda.gov, carmen.falls@la.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work The USDA Natural Resources Conservation Service in Louisiana requires the services of a State licensed land surveyor for performing legal boundary surveys throughout the State of Louisiana. This acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement is a Total Small Business Set Aside. The primary NAICS code is 541330, which has a size standard of $14.0M. For purposes of this announcement, a concern is considered to be a small business concern if its average annuals receipts for the past three years do not exceed $14 million. No reimbursement will be made for any costs associated with providing information in response to this requirement or any follow up information requrests. This announcement constitutes the only notice. The government anticipates the award of multiple firm-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 and performance 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 $1,000,000. The guaranteed minimum is $2,000 per year. Task Orders will be negotiated as firm fixed-price procurements for individual projects. Task Order awarded will fluctuate based on need and availability of funds. 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 work will be completed in accordance with the Statement of Work attached. PRE-SELECTION CRITERIA will be based on the firm having a minimum of 1) Two in-house Registered Professional Land Surveyors, with at least one of the surveyors being a Registered Professional Land Surveyor in the State of LA or hold a temporary permit to practice surveying within Louisiana, and have a minimum of ten years experience in performing legal boundary surveys. SELECTION CRITERIA: Each firm will be evaluated on the following: 1. Professional qualifications necessary for satisfactory performance of required services. Evaluation will be based upon the professional engineering and land surveying registration and qualified personnel work experience associated with legal boundary surveys, and their availability to work on this contract. Examples of previous work shall be provided for review, as well as a description of the type of surveys performed and references with phone numbers. Previous work examples will be evaluated based on the complexity of work. 2. Specialized experience and technical competence. Evaluation will based on the extent of directly related experience in performing legal boundary surveys; specialized education at the university level, and all other applicable education and training in the engineering and land surveying disciplines. 3. Capacity to accomplish the work. Evaluation will be based on the number of qualified personnel available to work on this contract, the array of field equipment and software/hardware available to work on this contract, and the quantity of work currently under contract and the completion dates of existing contract work. Examples of field equipment are: quantity and size of trucks, marsh buggy, pontoon, jack up barge and airboats, boats, survey equipment, and AutoCAD software applications. 4. Knowledge of the locality. Evaluation will be based on the past work experience in Louisiana where boundary surveys were performed. Firms shall indicate the locality of their past work experience. 5. Past performance on contracts with government agencies and private industry. Evaluation will be based on the quality and timeliness of performance under previous contracts. References with telephone numbers shall be provided. 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 System for Award Management System (SAMS) to be considered for an award of a Federal contract. For information regarding registration contact the SAMS Web Site at https://www.sam.gov/portal/public/SAM/. 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 October 28, 2013, 2:00 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. Any questions should be addressed to the contracting officer. NOTE: Work will be located throughout the State of Louisiana.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/LASO/AG-7217-S-13-0017/listing.html)
 
Place of Performance
Address: Various Parishes, Louisiana, United States
 
Record
SN03188850-W 20130917/130915233343-6f3f2b651465072e946e3361f3018bde (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.