SOLICITATION NOTICE
C -- Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts for engineering and legal boundary surveys pertaining to water resources projects and conservation easementa within the State of Arkansas
- Notice Date
- 1/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Arkansas State Office, Federal Building, Room 3416 700 West Capitol Avenue, Little Rock, AR, 72201-3228, UNITED STATES
- ZIP Code
- 72201-3228
- Solicitation Number
- AG-7103-S-07-0003
- Response Due
- 1/31/2007
- Point of Contact
- Janet Holmes, Contracting Officer, Phone 501-301-3130, Fax 501-301-3188, - Kim Foster, Contracting Officer, Phone 501-301-3166, Fax 501-301-3188
- E-Mail Address
-
janet.holmes@ar.usda.gov, kim.foster@ar.usda.gov
- Description
- The Natural Resources Conservation Service (NRCS) in Arkansas announces a request for Architect and Engineering Qualifications (SF 330) to evaluate and award up to two (2) Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts for engineering and legal boundary surveys pertaining to NRCS water resources projects and conservation easement activities. Each contract will have a maximum value of $100,000 for each contract period. Options may be exercised earlier than the anticipated one year period if additional contract capacity is required. The engineering surveys will include, but may not be limited to, topographic surveys, reservoir sediment surveys, detailed embankment surveys, and downstream profiles and cross-sections for flood mapping. The legal boundary surveys for property easements under the Wetland Reserve Program, Grassland Reserve Program, and other programs, will include, but may not be limited to, location and measurement of easement boundaries, including ingress and egress, and establishment of reference monuments and witness posts to mark the extent of the surveys. Surveys shall be performed in accordance with the NRCS National Engineering Manual, technical releases, handbooks, and guidelines, as well as applicable federal and state regulations. The firm will furnish all personnel, equipment, materials, other incidental services, tools, travel, facilities, and all other incidental items necessary to provide the services. This procurement is unrestricted pursuant to the Small Business Competitiveness Demonstration Program per FAR 19.10. PERIOD OF PERFORMANCE: Up to two (2) firms will receive an IDIQ contract for a base one year period from date of award. NRCS may extend the term of this contract by exercising annual options. The total duration of this contract, including options, shall not exceed 5 years. Contract(s) may be awarded up to one year after proposal submission date. Work under this contract is subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $1,000 and shall not exceed $100,000. APPLICATION: After award, individual task order(s) will be negotiated for total hours and expenses needed to complete the requirement. Task orders will be firm-fixed price and subject to the terms and conditions of the contract. NRCS cannot predetermine a precise quantity of services that it will require during the contract period, however, it can commit to a minimum of at least one (1) survey within the base year. All required meetings with contractor will be held at the NRCS State Office in Little Rock, Arkansas, unless other specified. PRE-SELECTION CRITERIA: Qualified firms must be able to meet the pre-selection criteria listed below to be further evaluated for final selection: 1) Firm must currently employ two (2) in-house surveyors, on a full-time basis, with a minimum of 10 years combined experience, 2) At least one of the in-house, full-time employee, must be a credentialed Professional Land Surveyor in the State of Arkansas with a minimum of 5 years surveying experience, and 3) Capable of furnishing legal boundary surveys in electronic formats such as CADD and GIS. SELECTION CRITERIA: Firms meeting the pre-selection criteria will be evaluated and ranked on the following, listed in descending order of importance. 1. Past Performance on Contracts with Government Agencies and Private Industry in terms of type of surveys, quality, delivery on schedule, and delivery within budget. 2. Capacity to Accomplish the Work in the required time. Identify role of the registered surveyor and mapper, list all skilled personnel on staff and how work will be assigned, describe average time required to complete an assignment, list current outstanding obligations of work, list type of surveying equipment available and capability of producing CAD generated drawings. 3. Location in the general geographic area and knowledge of locality. 4. Professional qualifications necessary for satisfactory performance of required services. The submission must include resumes, copies of professional license(s), and years of experience. 5. Specialized experience and technical competence in the type of work required, including number of surveyors available and years of experience performing rural surveys. YOU MUST ADDRESS EACH ELEMENT OF THE SELECTION CRITERIA. Failure to provide required information may result in the submission not be considered for award. Failure to address each element of the selection criteria shall result in a reduced rating. SUBMISSION. Interested firms that meet the pre-selection criteria outlined above are invited to submit the original and three (3) copies of the SF 330 (Architect-Engineer Qualifications, Part I & II,), including any other information relative to the pre-selection and selection criteria to: USDA, NRCS, Arkansas State Office, 700 West Capitol Avenue, Room 3416, Little Rock, AR 72201, Attn: Janet Holmes. The SF-330 must clearly indicate the principal office location where the work will be performed and the qualifications of the key personnel proposed to work on the contract showing all disciplines, all subcontractors, as well as their geographical locations. ELECTRONIC AND FACSIMILE SUBMISSIONS WILL NOT BE ACCEPTED. All SF 330 submissions to this announcement must be received by NRCS before 2:00 p.m. CST on January 31, 2007. Incomplete responses or responses received after this time will not be accepted and will be returned to the offeror. THIS IS NOT A REQUEST FOR PROPOSALS. REQUIRED REGISTRATION: All firms responding to this announcement are required to register in Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). The CCR database is the primary Government repository for contractor information and is required to conduct business with the Federal Government. Please note NRCS cannot award a contract to a firm not registered in CCR. There are 2 steps to register: 1) Obtain a DUNS number by calling Dun and Bradstreet at 866.705.7511, and 2) Complete the register in CCR. The preferred method for registration is via the World Wide Web at http://www.ccr.gov. The CCR Handbook and a registration template are located at that site, under the tab title CCR Handbook. Registration assistance, including a paper copy of the registration forms, may be obtained from the CCR Customer Assistance at toll free 888.227.2423, commercial 269.061.5737, or by email to ccr@dlis.dla.mil. Effective January 2005, offerors must also complete the annual representations and certifications online at http://orca.bpn.gov (FAR 52.204.8). NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USDA/NRCS/ARSO/AG-7103-S-07-0003/listing.html)
- Place of Performance
- Address: Arkansas
- Zip Code: 72201
- Country: UNITED STATES
- Zip Code: 72201
- Record
- SN01503780-F 20080209/080207235456 (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 |