Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2015 FBO #4837
MODIFICATION

C -- Legal Boundary Surveys

Notice Date
2/19/2015
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, North Dakota State Office, 220 Rosser Avenue, Room 278, Bismarck, North Dakota, 58501
 
ZIP Code
58501
 
Solicitation Number
AG-6633-S-15-0001
 
Archive Date
3/28/2015
 
Point of Contact
John D Armstrong, Phone: 7015302097, Dale C. Clark, Phone: 6022808804
 
E-Mail Address
john.d.armstrong@nd.usda.gov, curt.clark@az.usda.gov
(john.d.armstrong@nd.usda.gov, curt.clark@az.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Information Solicitation: AG-6633-S-15-0001 Agency/Office: Natural Resources Conservation Service Location: North Dakota State Office Title: Legal Boundary Surveys - Easement Programs - North Dakota Description(s): CONTRACT INFORMATION: The USDA Natural Resources Conservation Service (NRCS) in North Dakota requires the services of a licensed land surveyor for the performance of legal boundary surveys for Wetlands Reserve Program (WRP)/Emergency Watershed Program (EWP), and the Wetland Reserve Easement (WRE) program. Projects could be located throughout the State of North Dakota. This acquisition process is being conducted in accordance with the Brooks Act as implemented in FAR Subpart 36.6. This procurement is Total Set-Aside for Small Business. The primary North American Industrial Classification System Code (NAICS) is 541370, which has a size standard of $15 million in average receipts. This announcement constitutes the only notice. PROJECT INFORMATION: The government anticipates the award of three firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) contracts as a result of this competition - one in each of three areas of North Dakota. The three areas are North/Northeastern North Dakota, South/ Southeastern North Dakota, and Western North Dakota. The boundaries of each are described below. The contract for North/ Northeastern North Dakota will encompass the following counties: Renville, Rolette, Pembina, McHenry, Benson, Walsh, Bottineau, Cavalier, Ward, Pierce, Ramsey, Nelson, and Grand Forks. The Contract for South/ Southeastern North Dakota will encompass the following counties: McLean, Wells, Foster, Steele, Burleigh, Stutsman, Cass, Logan, LaMoure, Ransom, Richland, Sheridan, Eddy, Griggs, Traill, Kidder, Barnes, Emmons, McIntosh, Dickey, and Sargent. The contract for Western North Dakota will encompass the following counties: Divide, Williams, McKenzie, Mercer, Golden Valley, Stark, Slope, Hettinger, Grant, Burke, Mountrail, Dunn, Oliver, Billings, Morton, Bowman, Adams, and Sioux. 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 of individual Task Orders. The price of any single task order shall be at least $500 but shall not exceed $150,000. The maximum order amount for the entire potential contract period (base year plus all option years) shall be $1,000,000. There is no guaranteed minimum for the base period or option periods if exercised. Task Orders will be negotiated as firm fixed-price procurements for individual or clusters of projects. DESCRIPTION OF WORK: The surveyor must be a licensed land surveyor in the State of North Dakota. The Surveyor will provide a Boundary Survey of the EWP/WRP/FRPP/WRE Easement Area which meets the accuracy specifications and positional tolerances for Rural Surveys as set forth by the State of North Dakota Board of Registration for Professional Engineers and Land Surveyors. Projects will be located throughout the State of North Dakota. Task orders will be specific in terms of location, acreage and time deadline. Work under each Task Order will be subject to satisfactory price negotiation prior to issuance of a Notice to Proceed (NTP). Task orders will be awarded as sites requiring surveys are identified which may be as early as the date of contract award. Total number of task orders awarded will be based on need and availability of funds. Each task order shall be completed within 45 days of award to the contractor. SELECTION CRITERIA: Firms which meet the requirements described are invited to submit one original and three (3) copies of Standard Form 330, Architect-Engineer Qualifications, Part 1, Contract Specific Qualifications. Interested firms must include a cover letter on their company letterhead that includes the solicitation number and indicates which regional contract(s) they seek consideration for. Firms that fail to include such a cover letter with the information requested may be disqualified from consideration. Complete submittals must be limited to a maximum of 25 pages. All firms responding to this announcement will be evaluated on the following factors which are shown in descending order of importance. (1) Professional qualifications necessary for satisfactory performance of the required services. (2) Specialized experience such as: rural or conservation easement boundary surveys; local courthouse legal description/plat map requirements; electronic data collection, computer generated plan development, and technical competence in the type of work required. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with government agencies and private industry in terms of quality of work and compliance with performance schedules. (5) Location of the contractor to the general geographic area of the project and knowledge of the locality of the project. (6) Demonstrated experience with similar types of projects in the State of North Dakota within the last five (5) years. In addition to the cover letter and SF 330, firms must provide a customer reference list with contact information (addresses and telephone numbers) for all projects listed as related experience. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal Contract. For information regarding registration visit the SAM Web Site at www.sam.gov. This is NOT a Request for Proposals but a Request for Qualifications. Do not submit pricing information with qualification Documents. For the purpose of simplifying and increasing efficiency in the negotiation and to assist in the execution of Task Orders against the IDIQ, apparent successful offerors shall submit an acceptable forward pricing rate agreement (FRPA) Proposal to the Contracting Officer to be eligible for award. The apparent successful offerors shall provide a FPRA proposal within the requested time period to be identified by the Government (do not submit until requested). The FPRA proposal shall include, but is not limited to, a description of direct labor categories, direct labor rates, annual escalation of all rates, G&A rates, Overhead rates, Computer Assisted Design rates, and other recurring costs. Where practicable the contractor may provide Fixed Price Rates for Unit Pricing Elements. The FPRA proposal will be negotiated and a formal Forward Price Rate Agreement (FPRA) will be incorporated into the resultant IDIQ contract. Apparent successful offerors, who fail to negotiate an acceptable FPRA with the Contracting Officer, will be ineligible for award. The contractor agrees to submit a Certificate of Current Cost or Pricing Data, as required by FAR 15.406-2(a), for all Task Orders and modifications exceeding $700,000. The CO will commence negotiations with the top-ranked firm for the first contract (North/ Northeastern North Dakota Contract). The FPRA Proposal will be evaluated and negotiated for fair and reasonable price. If a fair and reasonable price cannot be negotiated, the Government may request a proposal from the next highest ranked offeror, and the process will continue until a contract has been awarded. The CO will then begin negotiations for the second contract, the South/ Southeastern North Dakota Contract, beginning with the top-ranked firm for that contract and proceeding in the same manner as described above. Once the second contract is successfully negotiated, the CO will commence negotiations for the third, the Western North Dakota Contract, proceeding in the same manner described for the first two. Because capacity is an evaluation criteria, a firm's award of one regional contract may impact its ranking for the other two regional contracts. SUBMISSION REQUIREMENTS: Those firms that wish to be considered must submit an original and three copies of the complete package. The package must be received at the following address: ATTN: John D Armstrong Procurement Technician 220 East Rosser Ave Room 278 Bismarck ND, 58501. Submittals are due by 3:00 pm central time on March 13, 2015. Firms responding to this announcement before the closing date will be considered for selection. Facsimile and electronic transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Contractual Point of Contact is John D. Armstrong, Procurement Technician, Phone 701-530-2097 email john.d.armstrong@nd.usda.gov. Primary Point of Contact. John D. Armstrong, Procurement Technician John.d.armstrong@nd.usda.gov Phone: 701-530-2097 Secondary Point of Contact: Dale Clark Contracting Officer Curt.clark@az.usda.gov Phone: 602-280-8804 Contracting Office Address: 220East Rosser Avenue, Room 278 Bismarck, North Dakota 58501 Place of Contract Performance: Statewide
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NDSO/AG-6633-S-15-0001/listing.html)
 
Place of Performance
Address: Various Counties throughout North Dakota, Bismarck, North Dakota, 58501, United States
Zip Code: 58501
 
Record
SN03646465-W 20150221/150219235522-11dc81fa7ddfa43b84f73746f4f2a148 (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.