SOURCES SOUGHT
R -- Surveying Services for Ouachita and Ozark-St. Francis National Forests
- Notice Date
- 3/31/2020 6:16:56 AM
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Ouachita National Forest HOT SPRINGS AR 71902 USA
- ZIP Code
- 71902
- Solicitation Number
- 127J1820R0001
- Response Due
- 4/30/2020 12:00:00 PM
- Archive Date
- 05/15/2020
- Point of Contact
- Jay Tobin
- E-Mail Address
-
jay.g.tobin@usda.gov
(jay.g.tobin@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a sources sought notice for Architect & Engineering (A-E) Services being procured in accordance with PL 92-582 (formerly known as the Brooks A-E Act) as implemented in Federal Acquisition Regulation (FAR) Part 36.6. The Forest Service is soliciting for qualified firms interested in providing Professional Surveying Services over a five (5) year period in the state Arkansas for the Ozark-St. Francis National Forest, and the states of Arkansas and Oklahoma for the Ouachita National Forest.� Interested parties are invited to submit their qualifications on Standard Form 330 �Architect and Engineer Qualifications� for cadastral surveying services. The following is a summary of the services required: �� 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 and Ouachita National Forests 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 monument corner positions; identification, verification, restoration, location and monumentation of PLSS property corners; preparation of surveyors reports, control diagrams, survey plats and USFS corner cards; preparation of tract descriptions, Rights-of-Way, 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 contract performance and preferably with BLM CFedS certification.� Contractor shall meet all requirements as set forth by ""Arkansas Minimum Standards for Property Boundary Surveys and Plats� (Arkansas Agriculture Department - Land Survey Division) or the ""Oklahoma Minimum Standards for Land or Boundary Surveys"" (Oklahoma State Board of Licensure for Professional Engineers and Land Surveyors). The Forest Service may award multiple indefinite-delivery, indefinite-quantity contract for a basic one year period of performance with four one-year optional periods of performance.� Submission of an offer for the basic contract period constitutes an offer to perform in the option period(s), if exercised by the Forest Service.� There is no guarantee that any options will be exercised by the Government. Interested Offerors must demonstrate their qualifications with respect to the published evaluation factors below. Technical Evaluation Factors 1 thru 4 are considered of equal importance; factor 5 is considered of lesser importance than Factors 1-4 but significant in considering land surveying experience in Arkansas and Oklahoma and knowledge of state practices. Factor 1 � Professional Qualifications demonstrates understanding of the work requirements through submission of relevant qualifications, experience, State Land Surveying Licensure, BLM CFedS certification and management plan addressing firm�s experience in land surveying, method of work execution, and quality of services program.� Review of professional qualifications reflect an adequate number of qualified personnel and licensed land surveyors in the state of Arkansas and Oklahoma with education and specialized experience performing the same or similar land surveying services as defined in the Statement of Work.� Key Personnel identified as the �Project Surveyor(s)� possess a current state land surveyors license and preferably a BLM CFedS certification.� Key Personnel are Registered Land Surveyors, knowledgeable and responsible for corner search and evaluations.� Personnel resumes should include qualifications such as level of formal education, number of years land surveying, number of years licensed, involvement in professional activities (in addition to mandatory Continuing Education) and professional organizations.� Quality Systems address effective methods of overseeing the work is accurately performed to specifications, addresses communications with the Forest Service, corrective measures for deficient work, and management of schedules resulting in timely performance. Factor 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 on National Forests in the states of Arkansas or Oklahoma 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 Geographic Information Office Division of Land Surveys or compliance with the Oklahoma Certified Corner Record requirement. Also, include projects involving the collection of data and the staking of roads for pre-construction and construction staking.� Identify personnel who have state land surveying licenses and have obtained Certified Federal Surveyor (CFedS) Certification. Factor 3 � Capacity to Accomplish Work Within the Required Time � Address the availability, 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, provide qualifications, specify who they are and 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).� Factor 4 � Quality Systems/Past Performance on Contracts with Government Agencies and Private Industry � Offeror presents a recent and relevant past performance that provides a record of execution that demonstrates the ability to control and assure quality of land surveying work and execution to schedule. Past performance is relevant and recent (pass 3 years) in nature, size, same or similar geographic area and complexity of the work defined for this action. Successful performance includes exceptional customer satisfaction, quality of work, reasonable change process and pricing, effective communications, problem resolution and timely compliance with performance schedules. Referenced projects are similar in scope to rural boundary survey and property line marking.� Factor 5 - Location in the General Geographical Area of the National Forests and Knowledge of the area - Indicate where your nearest office is in relation to the project zones and the main FS Project Headquarters (Russellville, AR and Hot Springs, AR).� Include the location of each company Project Office, list the Project Surveyor with resume and crew that will perform in the geographical area or the forest 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; the entire proposal shall not exceed 60�pages. Offerors shall submit one electronic copy saved as a PDF file delivered via email attachment to jay.g.tobin@usda.gov�by April 15, 2020 at 2:00 PM Central Time.� Multiple emails are permissible; files shall be limited to a maximum of 10 MB each and a total of 30 MB.� On page 1 of the proposal, offerors shall state one DUNS number, which�matches the name of the Prime contractor.� All offerors shall be registered at www.sam.gov. THE RESPONSE DATE HAS BEEN EXTENDED UNTIL 2PM ON APRIL 30, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/45da0a6a6e5d464abcbe2e99d3f4b1fb/view)
- Place of Performance
- Address: AR, USA
- Country: USA
- Country: USA
- Record
- SN05606337-F 20200402/200331230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |