Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOLICITATION NOTICE

C -- Boundary Surveys

Notice Date
3/11/2009
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
 
ZIP Code
71302
 
Solicitation Number
AG-7217-S-09-0022
 
Point of Contact
Vicki Supler,, Phone: 318-473-7645, Aaron Ramsey,, Phone: 318 473-7753
 
E-Mail Address
vicki.supler@la.usda.gov, aaron.ramsey@la.usda.gov
 
Small Business Set-Aside
N/A
 
Description
The USDA Natural Resources Conservation Service (NRCS) in Louisiana requires the services of State licensed land surveyors for performing legal boundary surveys throughout the State of Louisiana. This acquisition process is being conducted in accordance with the Brooks Act as implemented by FAR Subpart 36.6. This procurement is unrestricted. Applicable NAICS is 541370. 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 contract period includes one base year and 4 option years, maximum 5 years. Work requirements will be accomplished through individual task orders. Contract minimum $5,000. Contract maximum $875,000. DESCRIPTION OF WORK: The surveyor must be a licensed land surveyor in the State of Louisiana. Task orders will be specific in terms of location, acreage and time deadline. 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. 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. Information provided in addition to that required by the SF-330 will be limited to 5 pages, 8.5 x 11 in size, 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 the SF-330 and any attachments. All firms responding to this announcement will be evaluated on the following factors. (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. Firms must also 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: Vicki Supler, Contract Specialist, USDA-NRCS, 3737 Government Street, Alexandria, LA 71302. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f9aef996c15dd526b1a048e90b44ccb1&tab=core&_cview=1)
 
Record
SN01766682-W 20090313/090311215444-f9aef996c15dd526b1a048e90b44ccb1 (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.