SOLICITATION NOTICE
R -- PROFESSIONAL LAND SURVEYING SERVICES
- Notice Date
- 10/6/2014
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Ohio River Basin - Mark Twain NF, 401 Fairgrounds Road, Rolla, Missouri, 65401, United States
- ZIP Code
- 65401
- Solicitation Number
- AG-64R4-S-14-0011
- Archive Date
- 12/31/2014
- Point of Contact
- Anita J. Young, Phone: 573-341-7470
- E-Mail Address
-
ayoung03@fs.fed.us
(ayoung03@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA Forest Service, Mark Twain National Forest (MTNF) has a requirement for architect and engineering services for professional land surveys in Missouri. To be eligible for a contract award, a firm must have a land surveyor licensed in Missouri. These services include (but are not strictly limited to): Dependent resurveys on the Public Land Survey System (PLSS), retracements, identification of existent or obliterated corners, establishment/re-establishment/restoration thereof, marking (including posting & blazing) boundary lines between acquired Federal lands and other ownership, and preparation of plats and certified land corner documents suitable for recording. All work shall meet or exceed the current Missouri Minimum Standards for Property Boundary Surveys. For informational purposes only, other miscellaneous and/or incidental surveying services which could be ordered as part of this contract are design topography, as-builts, construction staking, land description writing, easement exhibits, etc. The MTNF has been divided into four contract zones located in southern and central Missouri for award purposes. These areas are based on proximity to Ranger Districts on the MTNF. Only one award will be made for each zone. Prospective contractors should indicate in their transmittal letter and on the SF-330 at Item H the areas for which they wish to be considered for an award. Firms are encouraged to consider an award for all areas or may limit their award to only areas in which they feel best qualified. The contracts awarded will be Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for a base period plus four one-year option periods. The award areas are (These include, but are not expressly limited to, acquired Federal lands inside the Proclamation Boundary of the MTNF. Counties are listed for reference only and are in no particular order.): Area 1 - Ava/Cassville/Willow Springs Barry, Stone, Taney, Christian, Douglas, Ozark and Howell Counties Area 2 - Doniphan/Eleven Point and Poplar Bluff Shannon, Oregon, Carter, Ripley, Wayne and Butler Counties Area 3 - Houston/Rolla/Cedar Creek Laclede, Wright, Texas, Pulaski, Phelps, Boone and Callaway Counties Area 4 - Salem/Potosi/Fredericktown Dent, Shannon, Reynolds, Iron, Crawford, Washington, Madison, Bollinger, St. Francis and Ste. Genevieve Counties Architect/Engineering firms which meet the requirements described in this announcement are invited to submit a Standard Form (SF) 330, Parts I and II. The SF 330 is available from the following website: www.gsa.gov. Based upon established criteria, an evaluation process will rate the submittals to determine the top firm for each of the four Areas. Firms will be ranked in accordance with the terms of the Brooks Act (PL 92-582). The following factors will be used for the purpose of evaluation and will determine the most highly qualified firms from which the awardees will be selected. All responses must address the following evaluation factors. (1) Professional qualifications necessary for satisfactory performance of required services: Include the number of qualified personnel, their knowledge and level of education at the university level or equivalent, and other relevant education, training and certifications (Missouri and other PLSS state's registration, CFedS, County Surveyor, and others as applicable) together with their availability to perform work on this contract. (2) Specialized experience and technical competence in the type of work required: Highlight projects involving rural boundary surveys that required property line marking by current key personnel that will be assigned to a surveying project. Include any work done for the MTNF and similar Federal agencies, experience with GPS systems on large boundary projects, familiarity with the Missouri Coordinate System of 1983, and experience creating and filing Certified Land Corner Documents with the Land Survey Program of the Missouri Department of Agriculture (formerly DGLS-DNR). (3) Capacity to accomplish work within the required time: Include an up to date equipment list, personnel available and procedures used to meet deadlines by your firm and/or proposed subcontractors. If using subcontractors, specify what duties they would perform and your plan to provide appropriate Responsible Charge. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules: Reference projects similar in scope to extensive rural survey and boundary line marking. (5) Location in the general geographical area of the project and knowledge of the locality of the projects: Indicate where your nearest office is in relation to the project area. Include years established in that location. This project will be 100% set aside for small business concerns. The applicable NAICS code for this project is 541370. The size standard for determining small business size is $15 million. Standard Form 330's should be mailed to: USDA Forest Service, Mark Twain National Forest, ATTENTION: Anita Young, Contracting Officer, 401 Fairgrounds Road, Rolla, Missouri 65401. SF-330's must be received no later than 4:30 p.m (Central Time) on November 3, 2014. Direct all questions regarding this project to: Anita Young, Contracting Officer, 573-341-7470 or ayoung03@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4e4441d6b4469daf25f92d98915b3fb6)
- Place of Performance
- Address: Missouri, United States
- Record
- SN03543814-W 20141008/141006234552-4e4441d6b4469daf25f92d98915b3fb6 (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 |