Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2014 FBO #4717
SOLICITATION NOTICE

C -- 2015 USFS Region 2 Cadastral IDIQs

Notice Date
10/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82X9-S-15-0001
 
Archive Date
12/10/2014
 
Point of Contact
Michael H. Ku, Phone: 3032755462
 
E-Mail Address
mku@fs.fed.us
(mku@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Agriculture, Forest Service Region 2 is soliciting for qualified firms interested in providing Professional Cadastral Surveying Services over the next five years. It is anticipated that four contracts will be awarded to provide services in the states of Colorado, Kansas, Nebraska, South Dakota and Wyoming. This work may involve surveying and posting the legal property boundaries of National Forest System Lands. Tasks may include but are not limited to: boundary surveys, project records research, notification of adjoining land owners, corner search, monumentation and perpetuation of property corners and controlling corners, and boundary posting or maintenance of previously posted boundary lines. Boundary surveys generally include the retracement of Homestead Entry Surveys, Mineral Surveys, rectangular surveys of the Public Land Survey System, and section breakdowns. Work may also include right-of-way surveys, topographic surveys, planimetric/site surveys, control surveys, mapping and platting. Four Firm Fixed-Price IDIQ contracts will be awarded for a base year with four option periods. Options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government. The estimated start date for the referenced IDIQ contracts is on or about April 1, 2015, with a base year of 12 months. Task orders issued will include a detailed statement of work and will be negotiated as individual projects. The cumulative total of all task orders issued under each contract cannot exceed $5,000,000 for the 5 year maximum contract period. The base year will have a guaranteed minimum of $2,500. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. The Region 2 National Forests have been divided into geographic areas called "Zones", it is anticipated a separate contract will be awarded for each Zone. The four geographic zones are defined below. Please also see the attached map of Region 2 Forest Service Boundaries. Zone 1: Grand Mesa, Uncompahgre, Gunnison, White River, Rio Grande, San Juan and Routt National Forests Zone 2: Pike, San Isabel, Arapaho, Roosevelt National Forests; Pawnee, Comanche, Cimarron National Grasslands. Zone 3: Medicine Bow, Big Horn, Shoshone National Forests; Thunder Basin National Grasslands. Zone 4: Black Hills, Nebraska, Samuel R. McKelvie National Forests; Buffalo Gap, Ft. Pierre, Oglalla National Grasslands. Evaluation Factors - Firms will be evaluated on the following factors, which are of equal importance: 1) Demonstrated experience and capacity of the prime contractor to perform PLSS cadastral surveys, Homestead Entry surveys, Mineral surveys, Right of Way surveys, topographic surveys, photo control surveys and GIS mapping services. The offeror must demonstrate cadastral surveying experience of public lands and have thorough knowledge of State and Federal law as it pertains to land surveying. Prime contractors who do not demonstrate the experience and capacity to perform these services in-house will not be eligible for award. Principals, Project Managers, and Senior Level Personnel shall have a minimum 10 years of experience in these services. 2) The Prime Contractor must be qualified to perform in one of the four geographic zones. The offeror must state which zones they are proposing to perform work. Offerors should only propose to zone(s) where they are highly qualified to perform work. Offerors who propose to perform work in multiple zones will receive an overall rating for this factor based on their lowest rated zone. Sub factor A: The Prime Contractor's physical office location and surveying field equipment must be located within 50 miles of US Forest Service land. For each zone proposed, offerors must state the distance (miles) from their physical office location and surveying field equipment to the nearest US Forest Service land. Sub factor B: The Prime Contractor must be licensed to perform the work required in the zone(s) they are proposing to perform work. For each zone the offerors are proposing to perform work, the offeror must state the applicable licenses they possess and the licensed employees' name (For Zone 2, license(s) to perform in Kansas is not required at time of proposal submission. Work in Kansas is not anticipated but should a need arise, the contract awardee for Zone 2 will be required to obtain the proper license(s) to perform cadastral surveying work in Kansas). Sub factor C: The Prime Contractor must demonstrate experience in performing records research using the local counties' records systems within each zone the offerors are proposing to perform work. Offerors must state the names of each county in which they have experience performing records research. 3) Offerors must demonstrate experience and record of performance in preparing quality plats, maps, calculations, and survey reports with minimal error. Offerors must demonstrate experience and record of performance in successfully completing large scale, complex, cadastral survey projects involving multiple adjoining land owners with conflicting property boundary evidence within the required time frame and budget constraints. Selection criteria outlined in Federal Acquisition Regulation Part 36.6 and Brooks Act provisions apply. This acquisition is set-aside for small business contractors under the NAICS code 541370. Firms that have the qualifications to perform the services described above and wish to be considered for these contracts should submit proposals using Standard Form (SF) 330, parts I and II, as well as responses to the three evaluation factors. The evaluation factors shall be addressed in section H of the SF 330. For SF 330 part I, Section F, the example projects must not be older than 3 years and shall not exceed 10 examples. All documentation will be in an 8.5" x 11" format, assembled in a 3 ring binder (no spiral bound). The entire proposal shall not exceed 30 double-sided pages (equivalent of 60 single pages). Submissions received via e-mail or facsimile will not be considered. Offerors shall submit 3 paper copies and 1 electronic copy saved as a PDF file on a CD or USB thumb drive. On page 1 of the proposal, offerors shall state one DUNS number and one TIN number which must match the name of the Prime contractor. All offerors must be registered at www.sam.gov. Questions regarding this acquisition must be sent via email to mku@fs.fed.us by 8am Mountain Time on November 5, 2014. Answers to all offerors' questions will be posted as an amendment to this synopsis as soon as practicable. Responses must be received by 4 pm Mountain Time on November 25, 2014. Deliver proposals to: USDA Forest Service, Rocky Mountain Region; Attention Michael Ku, Contracting Officer, 740 Simms Street, Golden, CO 80401-4720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82X9-S-15-0001/listing.html)
 
Place of Performance
Address: USFS Region 2 property in CO, WY, SD, KS, NE, United States
 
Record
SN03556028-W 20141024/141022234400-787979838c3ef682839cef5b7574a096 (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.