SOLICITATION NOTICE
C -- Surveying for the state of Arkansas
- Notice Date
- 7/22/2015
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GR 1875 CENTURY BOULEVARD SUITE 310 Atlanta GA 30345-3310
- ZIP Code
- 30345-3310
- Solicitation Number
- F15PS00871
- Response Due
- 8/5/2015
- Archive Date
- 8/31/2015
- Point of Contact
- HEARD, NIJUA
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Fish and Wildlife Service (FWS), Southeast Region, in accordance with the Brooks Act and Part 36.6 of the Federal Acquisition Regulation (FAR), is seeking qualified firms to provide Professional Land Survey Services, primarily rural boundary surveys, on or near the ten (10) National Wildlife Refuges (NWR), in the state of Arkansas. 1. Bald Knob National Wildlife Refuge 2. Big Lake National Wildlife Refuge 3. Cache River National Wildlife Refuge 4. Dale Bumpers White River National Wildlife Refuge 5. Felsenthal National Wildlife Refuge 6. Holla Bend National Wildlife Refuge 7. Logan Cave National Wildlife Refuge 8. Overflow National Wildlife Refuge 9. Pond Creek National Wildlife Refuge 10. Wapanocca National Wildlife Refuge Tasks include, but are not limited to, providing records research, geodetic spatial reference, data collection, boundary marking, corner monumenting, plat of survey, property description and tract reports. Surveys will vary in size and complexity but are typically large scale surveys in remote locations. Specialized equipment (e.g. ATVs, boats, etc.) may be necessary to access some locations. In order to be considered, the company must be authorized to practice in the state of Arkansas and have an Arkansas licensed Professional Surveyor as the principal or an employee of the firm. Licensure in Tennessee, Mississippi, and Louisiana is not required but should be noted if applicable. The U.S. Fish and Wildlife Service will consider a firm ¿s experience with projects of a similar scope and size for the past 10 years when evaluating their capabilities. The following factors will be evaluated and are listed in descending order of importance. 1. Professional qualifications and experience of, including but not limited to, the Principal-in-Charge, Project Manager(s), Project Surveyor(s), Survey/CADD Technician(s), and Party Chief(s). 2. Specialized experience conducting retracement surveys in rural areas, riparian surveys, corner monumentation/recovery, line posting and blazing, and the use of survey grade GPS equipment (static/RTK) to establish horizontal/vertical control and/or accurate locations of controlling corners during the course of a retracement survey. 3. Geographic location (presented in a tabular format that lists distances) in miles from the firm's primary office location to each of the ten (10) NWRs within the state of Arkansas. Information regarding the firm ¿s familiarity with the areas should also include but not be limited to, knowledge of the location of various survey records (public and private), knowledge of local survey practices, history and types of surveys throughout Arkansas. 4. Past performance in terms of cost control, quality of work and relevant experience with projects of similar scope and size. Include a brief description of internal project management, QA/QC procedures, and any practices that reduce incidental and travel costs while providing a quality and reliable work product. 5. Field and office equipment (include instrument DIN, PPM rating); GPS receiver grade and system capability (i.e. L1, L2, L3, GLONASS); type and versions of business office, surveying and mapping software. 6. Capacity / Durability of firm to accomplish the work within the required performance period. Firms responding to this notice shall submit a Standard Form (SF) 330, 2 examples of rural boundary survey plats meeting or exceeding Arkansas Standards of Practice for Property Boundary Surveys and Plats, and any information they deem to be of benefit to their company. Representative projects (SF330, Section F) shall be limited to 10 projects. Additional information (SF330, Section H) shall be limited to six (6) standard pages. Information in excess of this will not be considered. Prospective firms must be registered in the System for Award Management (SAM) in order to be eligible for consideration. Prior to registering in SAM, a valid Dun and Bradstreet (DUNS) number and e-mail address is required. You may obtain a DUNS number free of charge by calling 866.705.5711. The SAM website is www.sam.gov. This requirement is unrestricted, solicited for full and open competition. The NAICS code is 541370 and the size is $15 million. Firms shall submit three hard copies and 1 electronic copy of the SF 330 to: U.S. Fish and Wildlife Service Contracting and General Services Division 1875 Century Blvd. Suite 310, Atlanta GA 30345 Attention: Nijua Heard The due date for receipt of submittals is August 05, 2015, 4:00 p.m., EDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS00871/listing.html)
- Record
- SN03806472-W 20150724/150722235838-aa44e587c0ce2aa06ceca8b794a3afe7 (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 |