Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2016 FBO #5161
MODIFICATION

R -- USDA-NRCS MONTANA LAND SURVEY ID/IQ - USDA-NRCS MONTANA DRAFT ID/IQ AG-4D90-S-16-0004

Notice Date
1/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Natural Resources Conservation Service - Contracting Services Branch
 
ZIP Code
00000
 
Solicitation Number
AG-4D90-S-16-0004
 
Archive Date
2/24/2016
 
Point of Contact
Steven J Alves, Phone: 919-873-2115
 
E-Mail Address
steven.alves@wdc.usda.gov
(steven.alves@wdc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 removes reference to Michigan and replaces with Montana SYNOPSIS: The USDA Natural Resources Conservation Service (NRCS) is seeking submittals "Request for Qualifications" of Standard Form 330 "Architect and Engineer Qualifications" for an Indefinite Delivery Indefinite Quantity (IDIQ) contract utilizing firm fixed price task orders for Land Surveys for NRCS Easement Programs within the State of Montana. This acquisition is being conducted in accordance with the Brooks Acts, FAR Subpart 36.6 (Architect-Engineering Services) and is being set aside for small business. The designated industry group for this acquisition is NAICS code 541370 [Surveying and Mapping (except Geophysical) Services] which has a size standard of $15 million. SCOPE: The Government will select up to three top-ranked firm to award an IDIQ contract. The estimated start date for this contract is March, 2016. The contract will include one (1) base year and four (4) option year periods. The price of any single task order shall be at least $3,500.00, but shall not exceed $75,000.00. The maximum aggregate amount for each contract period (base year and each option year) shall be $500,000.00. The guaranteed minimum is $0 (zero) for the base period only. There is no guaranteed minimum for the option periods, if exercised. There will be no future synopsis in the event options included in this contract are exercised. THIS ANNOUNCEMENT IS SET ASIDE FOR SMALL BUSINESS ONLY. THIS ANNOUNCEMENT CONSTITUTES THE ONLY NOTICE. DESCRIPTION OF WORK: The surveyor must be a licensed land surveyor in the State of MONTANA. The Surveyor will provide a boundary survey of the easement area which meets the requirement of the attached Specification/Scope of Work. SELECTION CRITERIA: Firms which meet the requirements described are invited to submit one one electronic Standard Form 330, Architect-Engineer Qualifications completing both Part 1 and II). Selection will be based on the following evaluation factors, which are listed in descending order of importance. For those Factors that have Sub-Factors, the Sub-Factors are listed in descending order of importance. Factor No.1 PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. The surveyor must be a licensed, registered land surveyor in the State of Montana. Evaluation will include the level of formal education, the number of years licensed, experience in easement surveys, and the level of involvement of licensed, registered land surveyor on this contract. Subfactor No.1: Firm's Registered Professional Survey's experience in easement survey Subfactor No. 2: Anticipated level of involvement of each RPS on this project Factor No.2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED. Evaluation will be based on knowledge of local survey practices, experience in conducting rural or conservation easement boundary surveys, records research and the approach used on previous surveys to solve problems resulting from conflicting title or physical evidence. Include with this item a sample surveyor's report accompanied by a plat identifying a boundary conflict and providing an appropriate conclusion or suggested solution. Subfactor No. 1: Knowledge of local survey practices, records research Subfactor No. 2: Approach used on problems solving Subfactor No. 3: Experience on conducting rural or conservation easement boundary surveys Subfactor No. 4: Review of sample plat and surveyor's report Factor No.3. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED PERFORMANCE TIME. Evaluation will be based on ability to accomplish multiple work orders to completion within performance time specified in the work statement and the ability to add personnel and/or consultants to complete work on time. Due to the nature of the easement programs, surveying work tends to be seasonal and multiple delivery orders can be issued in a short period of time. The resultant solicitation and contract will stipulate limitations for the vendors' obligation to perform and the governments' obligation (maximum quantity) to order requirements for a given area. Vendors should especially focus on articulating how requirement up to the maximum will be fulfilled in the required time, as well as plans for addressing quantities of surveys over the maximum limit. Subfactor No.1: Equipment list Subfactor No.2: Personnel available / availability Subfactor No.3: Procedures used to ensure deadlines are met - ability to accomplish multiple work order to completion within performance time Factor No.4. INTERNAL QUALITY CONTROL PROGRAM- evaluation will be based on demonstrated results of eliminating or reducing errors and/or omissions and for carrying forward recommendations, corrections, etc. on subsequent work orders. Factor No.5. PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY. Evaluation will be based on the firms past experience with other government agencies and the private sector in performing similar type requirements in terms of cost control, quality of work, and compliance with performance schedules. References with names and telephone numbers must be provided. Subfactor No.1: Quality of workmanship Subfactor No. 3: Experience on conducting rural or conservation easement boundary surveys Subfactor No. 4: Review of sample plat and surveyor's report Subfactor No.2: Customer Satisfaction Subfactor No.3: Timeliness of Performance Factor No.6. LOCATION IN THE GENERAL GEOGRAPHIC AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT AREA. Evaluation will be based on the firms location to the geographic area for each of the Areas for which they wish to be considered and knowledge of the locality of the Area. For firms outside the general project area(s) provide a plan to provide service in a cost effective manner. Firms must clearly indicate the office location from which the work will be performed. For firms outside of the general project area, provide a plan to provide service in a cost effective manner. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the services required will be chosen for negotiation. Selections of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the selection criteria listed in this announcement. SUBMISSION REQUIREMENTS: Interested firms which meet the requirements described in this announcement are invited to submit one electronic Standard Form 330, Part I and II attached and additional documentation(s) to address each of the six (6) evaluation factors. To the Attention of the Contracting Officer in accordance with the directions above. Request to this announcement, including SF330 and all attachments, shall not exceed twenty-five (25) pages of text for Qualifications. No alteration of the SF330 is permitted. The print size of the response shall be a minimum of 10 point, Time New Roman font, 8.5" X 11" size paper only, no other size page(s) are allowed. This page limit does not include the cover letter, the front and back cover of the SF330. Offerors shall organize the information so as to highlight responses to the Evaluation Factors. The Government reserves the right to make multiple awards. If the Government elects to make multiple awards, the firms in the competitive range will be informed of the fair opportunity competition process for task orders. This is NOT a request for Proposals but a REQUEST FOR QUALIFICATIONS. A DRAFT contract package is provided for REFERENCE ONLY. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. The point of contact for this notice is Steven J Alves, Contracting Officer, at phone number (919) 873-2115 or by email at steven.alves@wdc.usda.gov. Submissions must be received at the following email address: steven.alves@wdc.usda.gov. ATTN: AG-4D90-S-16-0004 VENDOR NAME "RESPONSE" The contractor is highly encouraged to call 919-873-2115 and confirm receipt of your emailed SF330 and that the PDF can be opened.Only those firms responding in accordance with this announcement will be considered for award. Firms responding to this announcement before the closing date will be a considered for selection, subject to any limitation indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. SAM REGISTRATION: In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Award Management at www.SAM.gov. You can download the most current Standard Form 330 on this link: http://www.gsa.gov/portal/getSearchResult.action
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8e431cb4857fd78b19e9745088da2105)
 
Place of Performance
Address: State of Montana, Montana, Montana, United States
 
Record
SN03986605-W 20160110/160109132610-8e431cb4857fd78b19e9745088da2105 (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.