Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2009 FBO #2871
SOLICITATION NOTICE

C -- Boundary surveys for the North Carolina Natural Resources Conservation Service (NRCS) Easement Programs - Statement of Work

Notice Date
10/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, North Carolina State Office, 4405 Bland Road, Suite 205, Raleigh, North Carolina, 27609-6293
 
ZIP Code
27609-6293
 
Solicitation Number
AG-4532-S-10-0001
 
Archive Date
11/24/2009
 
Point of Contact
Jeffrey D. Hale, Phone: 9198732113
 
E-Mail Address
Jeff.Hale@nc.usda.gov
(Jeff.Hale@nc.usda.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Statement of Work DESCRIPTION: This is a combined synopsis/solicitation for boundary surveying services in accordance with the Brook's Architect and Engineering Act and the Federal Acquisition Regulation (FAR) Part 36. This announcement constitutes the only solicitation; technical proposals (SF-330) are being requested and a written solicitation will not be issued. The United States Department of Agriculture, (USDA) North Carolina Natural Resources Conservation Service (NRCS) intends to acquire services for boundary surveys for all easement programs. The boundary surveying services will support the Wetland Reserve Program (WRP), the Floodplain Easement Program (FPE), Grassland Reserve Program (GRP), and the Farm and Ranchland Protection Program (FRPP) in the State of North Carolina. The applicable NAICS Code is 541370. The Size Standard dollar amount is $4.5 million, average annual receipts. This solicitation for boundary survey services is 50% set aside for small business. The United States Department of Agriculture, North Carolina Natural Resources Conservation Service may issue zero, one, or multiple awards. The total estimated program value over the five year period is a maximum $5 million inclusive of all acquisitions, internal program services, and administration. Any resulting contract(s) awarded as a result of this announcement will have a five-year Indefinite Delivery Indefinite Quantity (IDIQ) ordering period from the date of award. The North Carolina Natural Resources Conservation Service cannot guarantee the total amount of work to be assigned under any proposed contract. The amount of work will vary according to NRCS needs and available funding. The Contractor(s) selected will be required to perform services at locations as may be assigned anywhere in the State of North Carolina. The minimum guarantee for each IDIQ will be $10,000, which is expected to be met upon the issuance of the first task order. Task orders are expected to provide Metes & Bounds surveys of farmland properties in North Carolina and shall be performed by a licensed surveyor registered in the State of North Carolina to perform work. Task orders will be firm fixed price and will be subject to the successful negotiation of price and performance time. All work shall be performed to USDA specifications, and the data provided in USDA specified formats. The Statement of Work contains detailed requirements. Project Instructions will be issued to tailor specifications for each task order. Potential contractors are encouraged to review the Statement of Work for additional information before responding to this announcement. The Statement of Work is attached to this synopsis. The contractor will permit a Government Contracting Officer's Representative (COR) or designated observer to be present during operations. SELECTION CRITERIA: The firm must provide sufficient data collection equipment, data processing equipment and sufficient technical, supervisory, administrative, and quality review personnel to ensure expeditious prosecution of work assignments. To be considered for selection, a firm must demonstrate surveying experience in the types of surveys stated above, and have on payroll, personnel with at least three years of experience in the technology to be used on this contract (including both data collection and data processing). The firms must show the availability of a suitable survey equipment that complies with the applicable requirements found in the following web sites: Environmental Protection Agency (EPA) http://www.epa.gov/epahome/lawreg.htm ; Occupational Safety & Health Administration (OSHA) http://www.osha.gov/comp links.html The Evaluation criteria (listed in descending order of importance) are as follows: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time (management, personnel and equipment); (4) Past performance on contracts with Government agencies and private industry relating to cost control, quality of work, and compliance with performance schedules; (5) Quality Assurance/Quality Control (Adequacy of in house QA/QC procedures to deliver very high quality data); (6) Priority that firms give to new task orders under this contract; and (7) Geographical location, knowledge of the areas where work will be required, and NC licensed surveyors. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) -- Conspicuously striking in eminence; Good (G) -- Beneficial and worthwhile; sound and valid; Adequate (A) -- Reasonably sufficient and suitable; Marginal (M) -- Minimally suitable at the lower limit; and Unaceptable (U) -- Not sufficient, not enough, disappointing. For evaluation factor #3 Capacity, provide a list of key personnel demonstrating their availability based on other commitments, and also major equipment availability and the applicable calibration reports. The SF 330 must clearly indicate the office location where the work will be performed and the qualification of the individuals and subcontractors proposed to work on the contract and their geographical location. Following an initial evaluation of the qualifications and performance data, we anticipate holding discussions with at least three (3) of the most highly qualified firms. Incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-36 and Federal Acquisition Regulation Part 36. The provisions and clauses may be downloaded at http://www.arnet.gov/far. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website (www.ccr.gov). SUBMISSION: All responsible sources may submit a response for consideration by USDA. Prime contractors shall respond to this announcement for their teams. The prime contractor shall submit one original plus three copies of its team's response to this synopsis. The response shall consist of Standard Form 330 (SF330) and other material not to exceed 100 pages in total. Each original and copy shall be bound (e.g. 3-ring binder, GBC comb binding, etc.) with the original copy marked as such ("ORIGINAL"). Facsimile responses are not authorized. Carefully read and follow the instructions printed in the SF330. Present the team's qualifications for this project in Part I. Submit a separate Part II for each firm that will be part of the team proposed for the contract. Use Part I, Section H, Block 30 to address: Capacity and Knowledge of the proposed subject area. All questions must be directed to the Contracting Officer by e-mail at Jeff.Hale@nc.usda.gov or in writing by mail (see address below) or fax ((919)-873-2146). No questions will be accepted or further details given by telephone. Responses (SF330s) are due to the following address no later than 1:00 pm eastern time, November 9, 2009: U.S. Department of Agriculture/Natural Resources Conservation Service, Attn: Jeffrey D. Hale, 4407 Bland Road, Suite 117, Raleigh, North Carolina 27609. Any hand carried deliveries to the Raleigh State Office shall be coordinated with Jeffrey Hale at 919-873-2113.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NCSO/AG-4532-S-10-0001/listing.html)
 
Place of Performance
Address: North Carolina, United States
 
Record
SN01978930-W 20091004/091002234847-88a2985a5e2429e7d46615e1f75db940 (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.