Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2009 FBO #2653
SOLICITATION NOTICE

C -- Legal Boundary Surveys for NRCS Easement Programs in North Dakota - Specifications and SOW

Notice Date
2/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, North Dakota State Office, 220 Rosser Avenue, Room 278, Bismarck, North Dakota, 58501
 
ZIP Code
58501
 
Solicitation Number
AG-6633-S-09-0003
 
Archive Date
4/18/2009
 
Point of Contact
Pamela L. Schell,, Phone: 701.530.2014, Linda K McArthur,, Phone: 701-530-2010
 
E-Mail Address
pam.schell@nd.usda.gov, linda.mcarthur@nd.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Survey Mtg Attachment 1 Federal Wage Determinations Attachment 5 Model Access Attachment 4 Model Legal Description Attachment 3 Post -Survey Mtg Attachment 2 Land Survey Specifications and Statement of Work CONTRACT INFORMATION: The USDA Natural Resources Conservation Service (NRCS) in North Dakota requires the services of a licensed land surveyor for the performance of legal boundary surveys for Wetlands Reserve Program (WRP)/Emergency Watershed Program (EWP)/ Farm & Ranch Protection Program (FRPP)/Grassland Reserve Program (GRP) easements. Projects could be located throughout the State of North Dakota including, but not limited to, Barnes, Bottineau, Cavalier, Hettinger, Pembina, Richland, Sargent, and Walsh counties. This acquisition process is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement is Total Set-Aside for Small Business. The primary North American Industrial Classification System Code (NAICS) is 541370, which has a size standard of $4.5 million in average receipts. This announcement constitutes the only notice. PROJECT INFORMATION: The government anticipates multiple awards of firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) contracts as a result of this competition. The initial contract period will be for one (1) year and the Government may, at its option, extend the contract to a maximum of five (5) years by exercising each of the four (4) one-year renewal options. Work under the contract will be subject to satisfactory negotiation of individual Task Orders. The price of any single task order shall be at least $500 but shall not exceed $12,500. The maximum order amount for any contract period (base year and each option year) shall be $200,000. There is no guaranteed minimum for the base period or option periods if exercised. Task Orders will be negotiated as firm fixed-price procurements for individual or clusters of projects with the most highly qualified firm first. DESCRIPTION OF WORK: The surveyor must be a licensed land surveyor in the State of North Dakota. The Surveyor will provide a Boundary Survey of the EWP/WRP/FRPP/GRP Easement Area which meets the accuracy specifications and positional tolerances for Rural Surveys as set forth by the State of North Dakota Board of Registration for Professional Engineers and Land Surveyors. Projects may be located in the counties listed above and/or throughout the State of North Dakota. Task orders will be specific in terms of location, acreage and time deadline. Each task order shall be completed within 45 days of the beginning of field work by the contractor. Task orders will be awarded as firm-fixed price procurements as sites requiring surveys are identified which may be as early as the date of contract award. Work under each Task Order will be subject to satisfactory price negotiation prior to issuance of a Notice to Proceed (NTP). Total number of task orders awarded will fluctuate based on need and availability of funds. SELECTION CRITERIA: Firms which meet the requirements described are invited to submit one original and three (3) copies of Standard Form 330, Architect-Engineer Qualifications. Qualification statements are limited to three (3) letterhead pages (8.5 x 11), single or double spaced, and printed front side only with a font size no smaller than 10pt. Interested parties must submit and original and three (3) copies of their qualification documents. All firms responding to this announcement will be evaluated on the following factors which are shown in no order of importance. (1) Professional qualifications necessary for satisfactory performance of the required services. (2) Specialized experience such as: rural or conservation easement boundary surveys; local courthouse legal description/plat map requirements; electronic data collection, computer generated plan development, and technical competence in the type of work required. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location of the contractor to the general geographic area of the project and knowledge of the locality of the project. (6) Demonstrated experience with similar types of projects in the State of North Dakota within the last five (5) years. In addition to the three page qualifications statement, firms must provide a customer reference list with addresses and telephone numbers for all projects listed as related experience. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal Contract. For information regarding registration contact the CCR Web Site at www.ccr.gov. It is also required that all contractors be registered in the Online Representations and Certifications Application (ORCA) to be considered for an award of a Federal Contract. For information regarding registration in ORCA, contact the ORCA web site at https://orca.bpn.gov. This is NOT a Request for Proposals but a Request for Qualifications. SUBMISSION REQUIREMENTS: Those firms that meet the requirements described and wish to be considered must submit an original and three copies of the complete package. The package must be received at the following address: ATTN: Pamela Schell, Contract Specialist, USDA-NRCS, 220 East Rosser Avenue, Bismarck, ND 58502-1458. Submittals are due by 3:00 pm central time on April 3, 2009. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Contractual Point of Contact is Linda K. McArthur, Contracting Officer, Phone 701.530.2010, Fax 701.530.2109, email linda.mcarthur@nd.usda.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=24515bc40698da5fcc0a04bdd50a3416&tab=core&_cview=1)
 
Place of Performance
Address: Locations throughout the state of North Dakota., Bismarck, North Dakota, 58501, United States
Zip Code: 58501
 
Record
SN01759412-W 20090302/090228213057-24515bc40698da5fcc0a04bdd50a3416 (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.