Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2009 FBO #2722
SOLICITATION NOTICE

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

Notice Date
5/8/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
220 Rosser Avenue, Room 278 Bismarck ND 58501
 
ZIP Code
58501
 
Solicitation Number
AG-6633-S-09-0007
 
Response Due
6/8/2009
 
Point of Contact
Pam S. Schell, Contract Specialist, Phone 701-530-2014, Fax 701-530-2109, - Linda K McArthur, Contract Specialist , Phone 701-530-2010, Fax 701-530-2109
 
E-Mail Address
pam.schell@nd.usda.gov, linda.mcarthur@nd.usda.gov
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: The USDA Natural Resources Conservation Service (NRCS) in North Dakota requires the services of an Architect-Engineering (A-E) firm for the performance of legal boundary surveys. This acquisition is being conducted in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurment is for full and open competition. This announcement constitutes the only notice. PROJECT INFORMATION The government anticipates multiple awards of a firm fixed price, indefinite delivery-indefinite quantity (ID/IQ) contracts as a result of this competition. The initial contract period will be for one year and government may, at its option, extend the contract to a maximum of five years by exercising each of the four one-year renewal options. Work under the contract will be subject to satisfactory negotiation of individual task orders. There is no guaranteed minimum for the base period or option periods if exercised. Task Orders will be negotiated as a firm fixed-price procurement for individual or clusters of projects. OBJECTIVE The objective of this contract is to retain legal boundary surveying service for acquisitions of wetland and/or grassland easements areas including the route of ingress and egress on behalf of the United States of America, acting by and through the Natural Resources Conservation Service (NRCS), United States Department of Agriculture, pursuant to Title XII of the Food Security Act of 1985, as amended, 16 U.S.C. 3837. BACKGROUND The Wetlands Reserve Program (WRP), Emergency Watershed Protection Program/Floodplain (EWP/FP), the Grasslands Reserve Program (GRP), and the Farm and Ranchland Protection Program (FRPP) authorizes the acquisition of easement rights from willing landowners for the purpose of restoring and protecting wetlands, grasslands and ranchlands. The NRCS is the lead agency within the United States Department of Agriculture charged with administering these programs. DESCRIPTION OF WORK: The Contractor shall provide legal boundary surveys of the WRP/EWP/GRP/FRPP easement area including the route of ingress and egress according to the following guidelines. The surveyor must be a Registered Professional Land Surveyor licensed in the state of North Dakota. Professional Land Surveyor North Dakota Registration No. __________ The NRCS WRP/EWP/GRP/FRPP Program Manager or District Conservationist will provide the Contractor with location maps of the WRP/EWP/GRP/FRPP easement area and access route and such other descriptive information as may be available. Only the NRCS Contracting Officer may authorize a modification to the easement area. Any variations in the number of acres surveyed should be reported to the Contracting Officer immediately. The surveyor will not modify the easement area surveyed at the direction of the landowner. Any questions regarding the easement area should be directed to the Contracting Officer, Pam Schell, at (701) 530-2014 or via fax at (701) 530-2109. The Contractor will provide a legal boundary survey of the easement areas, including a map, a narrative easement description, and the route of ingress and egress. Monuments and boundary marker posts shall be installed by the surveyor at the time the survey is completed and prior to delivery of the plat of survey and legal description. Monuments and posts with signs shall be installed at each corner and at least every 330 feet on all boundary lines. Signs will be supplied by NRCS Field Office. Any suspected encroachment on the tract shall be brought to the attention of the Contracting Officer. The Surveyor will be required to pick up the signs at the local NRCS office. All monuments must be thoroughly described and specifically identified as set or found, whenever shown on maps or referred to in documents prepared by the Surveyor. Descriptions of monuments must be sufficient in detail to readily facilitate future recovery by other surveyors and to enable positive identification. Acceptable monument will be a 5/8” steel rebar rod and the minimum length for the monument will be.23” long driven just below the ground surface. Caps (approved by NRCS) shall be placed on each marker. Markers shall be placed at all angle points. It is the responsibility of the surveyor to provide the required green steel fence posts (five one/half foot) and steel rods. Posts shall be T or U shaped steel and have a minimum weight of 1.33 lb per ft. exclusive of anchor plate. PRE SURVEY MEETING A pre-survey meeting must be held prior to beginning the survey. During the pre-survey site visit, the proposed easement boundaries will be reviewed as will the easement access route (if the easement area is not adjacent to a public road) (1) Contact the NRCS District Conservationist (DC) in the county where the land is located; (2) arrange a meeting with the DC and the landowner together to review the boundary of the proposed easement area indicated on the map attached to the Task Order; (3) complete the documentation of Pre-Survey Meeting form (Attachment A) and send it to the NRCS Contracting Officer. NOTE: The boundary of the easement area MAY NOT BE CHANGED from what is indicated on the map attached to the Task Order. If questions arise as to the location of the easement boundaries, contact the NRCS Contracting Officer. POST SURVEY MEETING Contact the NRCS DC in the county where the land is and arrange a post-survey meeting with the DC and the landowner together. Complete the Documentation of the Post-Survey Meeting (Attachment B) and submit it to the NRCS Contracting Officer. DELIVERABLES: The following deliverables must be submitted. Send the following hardcopies to the NRCS Contracting Officer: (1) 3 copies of the Certificate of Survey no larger than 11 inch x 17 inch. (2) 8 ½ inch x 11 inch size copy of the Certificate of Survey, suitable for recording. (3) 4 copies of the legal description labeled EXHIBIT A that follow the format of the attached example (4) 4 copies of the access description labeled EXHIBIT B that follow the format of the attached example. Send the following hardcopies to the NRCS District Conservationist: (1) 1 copy of the Certificate of Survey no larger than 11 inch x 17 inch, (2) 1 copy of the legal description labeled EXHIBIT A that follow the format of the attached example (3) 1 copy of the access description, labeled EXHIBIT B that follow the format of the attached example. CONFLICT OF INTEREST A Surveyor will not survey a WRP/EWP/GRP/FRPP easement property for a spouse, child(ren), partner(s) or business associate(s), nor have a financial interest in the real estate to be covered by the proposed easement. PAYMENT Payment will be made in accordance with FAR Clause 52.232-26, Prompt Payment for A&E Services, contained in the Contract. The Contractor will submit an invoice for payment to the NRCS Contracting Officer no later than 30-days after delivery of the survey to the Contracting Officer. Payment will be processed upon receipt of a certificate of completion by the local District Conservationist to the Contracting Officer. Payments will be direct deposited into the contractor’s account. The contractor must submit a completed SF-1199 Direct Deposit Sign-Up form to the Contracting Officer. AUTHORITY Only the NRCS Contracting Officer may authorize a modification to this contract. All modifications will be in writing. The Surveyor will not modify the easement area surveyed at the direction of the landowner. Any questions may be directed to the Contracting Officer, Pam Schell at (701) 530-2014 or via fax at (701) 530-2109. NON-DISCLOSURE Work performance required by this SOW will involve access to potentially sensitive information about governmental and landowner issues. All Contractor personnel must comply with the terms of AGAR 452.224-70, Confidentiality of Information, as well as provisions of the Privacy Act of 1974, 5 U.S.C. 552a. Additionally, the Contractor’s employees shall comply with privacy of personal information relating to natural resources conservation programs in accordance with Section 1244 of Title II of the Farm Security and Rural Investment Act of 2002 (P.L. 1078-171). SELECTION CRITERIA: Selection of firms for negotiation shall be through an order of preference based upon demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required. All firms responding to this announcement will be evaluated on the following factors which are shown in descending 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 in the general geographic area of the project and knowledge of the locality of the project, 6) Demonstrated experience with similar type of projects in the State of North Dakota within the last 5 years. Firms must provide a customer reference list with addresses and telephone numbers for all projects listed as related experience, and a project workload schedule showing proposed team members for the project period. SUBMISSION REQUIREMENTS: Firm(s) which meet the requirements described in this announcement, are invited to submit 4 (four) copies of Standard Form 330, Architect-Engineer Qualifications, and any other information relative to the selection criteria to the contracting officer address listed above to the attention of the Contracting officer. The forms must be received in this office no later than 11:00 a.m. CST on June 8, 2009. Only those firm(s) responding by that time will be considered for selection. Facsimile transmissions will not be accepted. Statement of Work for Surveyors is attached for additional project information. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USDA/NRCS/NDSO/AG-6633-S-09-0007/listing.html)
 
Place of Performance
Address: Statewide in North Dakota Bismarck, ND
Zip Code: 58501
Country: US
 
Record
SN01812823-F 20090510/090509165751 (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.