Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2014 FBO #4766
MODIFICATION

R -- Professional Surveying Services – Ozark-St. Francis National Forest

Notice Date
12/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Acquisition Zone West (AZW), 200 S Lamar ST, Suite 500-N Box 44, Jackson, Mississippi, 39201, United States
 
ZIP Code
39201
 
Solicitation Number
AG-447U-S-15-0003
 
Archive Date
1/14/2015
 
Point of Contact
Gemaa M. Pelch, Phone: 601/965-1671
 
E-Mail Address
gpelch02@fs.fed.us
(gpelch02@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Ozark-St. Francis National Forest is soliciting for qualified firms interested in providing Professional Surveying Services over the next five years in the state Arkansas. The contractor shall provide all materials, labor, equipment, tools, transportation, supervision and expertise necessary, except as otherwise provided, to successfully complete surveying services "AS REQUIRED" on the Ozark-St. Francis National Forest in accordance with attached and referenced specifications and exhibits. The work may include, but is not limited to: Road design surveys, PLSS dependent resurveys and original Small Tract Act surveys, Locating, measuring and marking of USFS property boundary lines, Rehabilitation/Maintenance of previously marked USFS property boundary lines and monumented corner positions, Identification, verification, restoration, location and monumentation of PLSS property corners, Preparation of surveyors reports, control diagrams, survey plats and USFS corner cards, Data adjustment and manipulation using Government software being Cadastral Measurement Management (CMM software), Preparation of tract descriptions, Rights-of-Way and easement surveys, and Horizontal and vertical control surveys using conventional and/or surveying grade GPS methodology. All work shall be performed by, or under the direct supervision of a person licensed to practice surveying in the State of Arkansas. Contractor shall meet all requirements as set forth by "Arkansas Minimum Standards for Property Boundary Surveys and Plats. (Arkansas Agriculture Department - Land Survey Division) It is anticipated that multiple firm fixed-price indefinite-delivery, indefinite-quantity contracts for a basic period of performance from the date of award through December 31, 2015, plus four one-year option periods will be awarded. Submission of an offer for the basic contract period constitutes an offer to perform in the option period(s), if exercised. The Architect-Engineering firms must demonstrate their qualifications with respect to the published evaluation factors for all services. Evaluation factors 1 thru 5 are considered most important and equal; factors 4 and 5 are of lesser importance and will be used as tiebreakers among technically equal firms. Specific evaluation factors include: 1. Professional Qualifications necessary for the satisfactory performance of the required services - Evaluation will be based upon the number of qualified personnel and their knowledge and level of specialized education at the university level, and all other applicable education, training and certifications together with their availability to perform work on this contract. The minimum requirement is that a "Project Surveyor" must possess a current Arkansas Land Surveyors License. The Project Surveyor is the Registered Land Surveyor assigned to the contract that will be responsible for corner search and evaluations. Other qualifications that will be considered: Identify the Project Surveyor and indicate their level of formal education, number of years licensed, their involvement in professional activities (in addition to mandatory Continuing Education) and professional organizations. 2. Specialized Experience and Technical Competence for conducting retracements and dependent resurveys in rural areas - Highlight projects involving rural boundary surveys that require property line marking performed by key personnel that will be assigned to a surveying project. Include any work done for the Ozark-St Francis National Forests or work done for similar Federal agencies. Indicate experience in the use/application of surveying grade GPS, and participation in the Corner Monumentation Program with the Arkansas State Land Surveyor's Office. Also, include projects involving the collection of data and the staking of roads for pre-construction and construction staking. Identify all personnel who have obtained Certified Federal Surveyor (CFedS) Certification. 3. Capacity to Accomplish Work Within the Required Time - Address the number and size of the designated survey crews and the extent of their experience. Include an equipment list, personnel available, and procedures used to ensure deadlines are met for your firm and/or proposed subcontractors. If using subcontractors, specify what duties they would perform. Be sure to indicate the number of Party Chiefs at the Project Office that could be assigned to this project, their years of related experience and other qualifications (eg. LSIT). 4. Past Performance on Contracts with Government Agencies and Private Industry - Performance with respect to customer satisfaction, quality of work, and timely compliance with performance schedules. Reference projects that are similar in scope to rural boundary survey and property line marking. 5. Location in the General Geographical Area of the Project and Knowledge of the Locality of the project - Indicate where your nearest office is in relation to the five project zones and the main Project Headquarters (Russellville, Arkansas). Include the location of each company Project Office, list the Project Surveyor and crew that will be working, and the number of years the office has been established at that location. 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 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). Offerors shall submit 2 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. Responses must be received by 3 pm Central Time on December 30, 2014. Deliver proposals to: USDA Forest Service, ATTN: Gemaa Pelch, 200 S Lamar ST, Suite 500-N Box 44, Jackson, MS 39201.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/447U/AG-447U-S-15-0003/listing.html)
 
Place of Performance
Address: Ozark-St. Francis National Forest, Arkansas, United States
 
Record
SN03592602-W 20141212/141210234626-eec3d77074aa95229f2187b663e9f547 (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.