|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1999 PSA#2398USDA -- Natural Resources Conservation Service, 3737 Government Street,
Alexandria, LA 71302 C -- CLASS D BOUNDARY SURVEYS -- ARKANSAS SOL NRCS-18-AR-99 DUE 082699
POC Patti D. Woods, Contracting Officer (318) 473-7645 or Steve Young
(501) 301-3154 This is source selection procurement for
Architect-Engineering Services. The contractors selected will provide
a Class D, Rural Survey of Wetland Reserve easement areas as set forth
by the Arkansas State Board of Registration for Professional Engineers
and Land Surveyors in paragraph 2509. Easement areas are located
predominately in Eastern Arkansas, but may be in any area of the state.
The survey plat will include the route of ingress and egress, as well
as the easement itself. The surveyor will provide a legal description
of both the easement area and access route. Descriptions shall be of
the metes and bounds type. The surveyor will provide an original and
one copy (36x24) and four copies of the survey plat, 17 x 11 in size.
The following statement will be included on each plat: "This is to
certify that this survey was done by the undersigned that the survey
was done on the ground in accordance with the most recent minimum
standards for property boundary surveys, as set forth by the State of
Louisiana, Board of Registration for Professional Engineers and Land
Surveyors, and the accuracy specification and position tolerance are in
accordance with rural area surveys." (Signature). The surveyor will be
required to install monuments and witness posts at the time the survey
is completed and prior to delivery of the plat of survey and legal
description. Standard Type III monuments will be set at all angle or
traverse points. Witness posts will be set at the corners and every 500
ft along a tangent. A 3 X 41/2 boundary marker will be attached to the
witness post. Contractor may also be required to provide topographic
surveys as requested. PRESELECTION will be based on a firm having 1)
one or more licensed registered surveyors in the State of Arkansas; 2)
current capacity to operate a field party consisting of three members;
3) performed at least 20 Boundary Surveys in accordance with Chapter 25
Minimum Standards for Property Boundary Surveys within the last two
years. SELECTION will be based the following criteria (weight values
are expressed as percentages after each criterion: 1)Professional
Qualifications (15%)- registration and license of land surveyor to
perform work; survey party personnel, their knowledge of and experience
in survey requirements; the qualifications and experience of key
personnel who will be responsible for administering the work required.
2) Specialized Experience & Technical Competence (15%)- Evaluation
will be based on experience and technical competence in boundary
surveys in accordance with Minimum Standards for Property Boundary
Surveys as set forth in Arkansas statues; 3) Capacity (25%)- based on
ability to satisfactorily accomplish the work required within the
established performance period; 4) Past Performance (25%)- Evaluation
will be based on previous experience on contracts with Government
agencies and private industry in terms of quality of deliverables, cost
control, compliance with the required delivery schedule, and the
contractors' experience with providing expert testimony regarding
boundary surveys; 5) Location (20%) -- Evaluation will be based on the
proximity and knowledge of the locality of the easement areas. The
government may select up to the top five ranked firms to award an
indefinite-delivery, requirement type, multiple award contract.
Individual task orders will be competed among the selected firms. Award
of each task order will be based on the contractors' past performance
in terms of quality of deliverables, cost, and compliance with the
required delivery schedule. Each individual Task Order will have a
period of performance of 30 calendar days for parcels of less than 640
acres and 45 calendar days for parcels of 640 or more. The estimated
total annual value of orders to be placed under this contract is
$50,000. The term of contract is one year with a three year option.
Interested and qualified firms must submit a completed SF 254 and SF
255 to the address above by close of business 4:00 p.m., August 26,
1999. Only those firms responding by that date will be considered for
selection. This is not a Request for Proposals. Posted 07/27/99
(W-SN359403). (0208) Loren Data Corp. http://www.ld.com (SYN# 0019 19990729\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|