Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOURCES SOUGHT

C -- USDA Forest Service Cadastral Surveying Services - Acquisition Management Service Area Map

Notice Date
4/15/2016
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, 1323 Club Drive, Acquisition Management, Vallejo, California, 94592
 
ZIP Code
94592
 
Solicitation Number
AG-91S8-S-16-0013
 
Archive Date
6/30/2016
 
Point of Contact
Cree M. Prevost, Phone: 707-562-8897, Al Belin, Phone: 707-562-9107
 
E-Mail Address
creeprevost@fs.fed.us, abelin@fs.fed.us
(creeprevost@fs.fed.us, abelin@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Map This is a Sources Sought announcement and is for information/market research purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any information requests. Respondents will not be notified of the results of the evaluation. The USDA, Forest Service, Region 5 is planning to solicit for multiple award A-E services Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, in accordance with Public Law 92-582 (Brooks Act) and FAR 36.6 Architect & Engineer Services. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought announcement. The purpose of this Sources Sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantage Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, EDWOSB and SDVOSB are highly encouraged to participate. The requirements for Cadastral Surveying Services are broken into three California Services Areas as indicated by attached Acquisition Management Service Area Map. The Northern California Service Area is comprised of the following forests: Six Rivers, Mendocino, Shasta-Trinity, Klamath, Modoc, and Lassen National Forests. The Central California Service Area is comprised of the following forests: Plumas, Tahoe, Eldorado, Lake Tahoe Basin, Stanislaus, and Inyo National Forests. The Southern California Service Area is comprised of: Los Padres, Angeles, Sierra, Sequoia, San Bernardino, and Cleveland forests. The successful firm will be required to furnish all services, labor, investigations, inspections, tests, studies, surveying equipment, superintendence, travel and incidental supplies as required to perform Cadastral Surveying Services. The Forest Service may supply standard corner monuments, blank monument markers, signs, sign posts, post drivers, red paint, field notebooks, forms, die set and aluminum tags depending on the task order. Work will include surveying and posting the legal property boundaries of National Forest System Lands. Tasks may include, but are not limited to project records research, notification of adjoining landowners, corner search, monumentation and perpetuation of property and controlling corners, and boundary posting or maintenance of previously posted boundary lines. The projects performed under this contract will primarily focus on the Public Land Survey System surveys of USA acquired/owned parcels. Some work could include describing Congressionally Designated Wilderness area boundaries, marking and posting of National Forest boundaries, monumentation of new obliterated or lost boundary controlling corners, maintenance of previously marked boundary lines, general control surveys, preparation of Plats of Survey and Monument Records, Rights of Way and easement surveys, preparation of surveyor's reports and tract descriptions, and other miscellaneous work incidental to the survey profession. The Government anticipates an award of a multiple firm fixed priced Indefinite Delivery Indefinite Quantity contract. The period of performance will be for a base period of one year from the date of initial award with the option to exercise four (4) additional one year periods. The intent is to have a contract awarded on or about November 2016. Individual task orders will be issued against the base contract as program needs arise. The task orders will be individual projects and include a specific statement of work and period of performance. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Each awardee will be guaranteed $5,000 worth of work in the base period of the contract. The maximum value of the contract in each Service Area described above will not exceed $5 million over the potential contract performance period of five years. Only firms with Registered Professional Surveyor(s) licensed in the State of California will be considered. A California Professional Surveyor must oversee the field work and all associated surveying duties with each task order including but, not limited to corner establishment and measurements. Award of a contract will not restrict the Government from having cadastral surveying services performed by Government employees during the contract period. Firm's response to this Sources Sought Announcement shall be limited to five (5) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and email address. 2. Firm's interest in submitting their SF 330, when Synopsis is issued (please indicate which Acquisition California Service Area(s) of interest). 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to A-E contracts with a similar scope, comparable work performed within the last five (5) years: Brief description of project, customer name, timelines of performance, customer satisfaction, and dollar value of the project). Provide at least three (3) examples. 4. Firm's Business Size. 5. Firm's Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable. The North American Industry Classification Code (NAICS) is 541370 - Surveying and Mapping (except Geophysical) and the size standard is $15 million average annual receipts for the preceding three fiscal years. All interested firms are advised that registration in the System for Award Management database (SAM) is required prior to award of a contract. There is no cost for registration in SAM when registration is completed on the official SAM website (www.sam.gov). Solicitation packages are not available. This is not a Request for Proposals. Interested firms shall respond to this Sources Sought Announcement no later than 4:00 PM Pacific on May 16, 2016. Please submit requested information via email to Cree Prevost, creeprevost@fs.fed.us, and Al Belin, abelin@fs.fed.us or via mail to 1323 Club Drive Vallejo, CA 94592.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91S8/AG-91S8-S-16-0013/listing.html)
 
Place of Performance
Address: Multiple National Forests, Various, California, United States
 
Record
SN04085203-W 20160417/160415233933-910d64290044550d85af3a3809c2dc07 (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.