SOLICITATION NOTICE
C -- Legal Boundary Survey Services for NRCS Easement Programs in Virginia - Survey Specification
- Notice Date
- 3/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Virginia State Office, 1606 Santa Rosa Road, Suite 209, Richmond, Virginia, 23229-5014
- ZIP Code
- 23229-5014
- Solicitation Number
- AG-33A7-S-10-0002
- Archive Date
- 9/30/2010
- Point of Contact
- Denise A. Darby, Phone: 804-287-1630, Twyla K Gendron, Phone: 804-287-1628
- E-Mail Address
-
denise.darby@va.usda.gov, twyla.gendron@va.usda.gov
(denise.darby@va.usda.gov, twyla.gendron@va.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Land Survey Specifications for Easement Programs The USDA Natural Resources Conservation Service in Virginia is seeking qualified firms to provide boundary survey services for the acquisition of easements on behalf of the United States of America, acting by and through the Natural Resources Conservation Service (NRCS), United States Department of Agriculture. The Contractor shall be a professional, licensed surveyor registered in the State of Virginia. Boundary survey work shall include research, field surveys, field notes, computations, boundary monumentation, a survey map, report, boundary description, CD +/- R in ESRI format shape file, and surveyor’s certificate addressing title subjections. Requirements for survey mapping: all surveys are to be completed on hardcopy map; close traverses should meet minimum survey standards for the State of Virginia. Each parcel map shall include the Point of Beginning with an associated coordinate, the grid angle between True North and Grid North and scale factor for converting grid distance to ground distances. Requirements for survey grade GPS per Virginia standards: all surveys shall be referenced to North American Datum (NAD) 83, Virginia State plane coordinates. See details provided in Land Survey Specifications for NRCS Easement Programs. This acquisition is being conducted in accordance with FAR Subpart 36.6, Architect Engineering Services. The type of contract to be awarded will be an Indefinite Delivery and Indefinite Quantity contract; work will be ordered through the issuance of individual task orders on an as-needed basis beginning approximately July 1, 2010 through June 30, 2011, for the base year with the option on the part of the Government to renew for four (4) option periods of one year each. At least one award will be made for each of four (4) geographic areas within the State of Virginia, as follows: Area 1 – Rockingham, Augusta, Rockbridge, Alleghany, Bath, Highland, Shenandoah, Page, Warren, Clarke, Frederick, Loudoun, Fairfax, Prince William, Stafford, Spotsylvania, King George, Greene, Madison, Culpeper, Orange, Fauquier, Arlington; Area 2 – Lee, Scott, Wise, Dickenson, Buchanan, Russell, Washington, Smyth, Tazewell, Grayson, Wythe, Bland, Carroll, Patrick, Floyd, Pulaski, Montgomery, Giles, Roanoke, Craig, Botetourt; Area 3 – Henry, Franklin, Pittsylvania, Bedford, Amherst, Campbell, Halifax, Mecklenburg, Brunswick, Lunenburg, Nottoway, Prince Edward, Amelia, Appomattox, Buckingham, Cumberland, Powhatan, Goochland, Fluvanna, Louisa, Albemarle, Nelson, Charlotte; Area 4 - Caroline, Hanover, King William, Essex, Westmoreland, Henrico, Charles City, James City, New Kent, Chesterfield, Prince George, Dinwiddie, Sussex, Greenville, Southampton, Surry, Isle of Wright, Suffolk City, Chesapeake, York, Gloucester, Middlesex, Mathews, Northampton, Accomack, Northumberland, Richmond County, Lancaster. More than one contract may be awarded in an area. The minimum the Government must order per contract is no less than $1,500 in services during the contract period. The maximum the Government may order per contract in the base year or any of the individual option years shall not exceed $100,000 per contract. SELECTION CRITERIA Firms will be evaluated and ranked using the following selection criteria: 1. Professional qualifications necessary for satisfactory performance of required services (20 points). The Surveyor must be a licensed registered land surveyor in the State of Virginia. Evaluation will include the level of formal education, the number of years licensed, and involvement in professional activities/organizations. 2. Specialized experience and technical competence in the type of work required (20 points) Evaluation will be based on knowledge of local survey practices, records research and the approach used on previous surveys to solve problems resulting from conflicting title or physical evidence. Include with this item a sample surveyor’s report accompanied by a plat identifying a boundary conflict and providing an appropriate conclusion or suggested solution. 3. Capacity to accomplish the work in the required performance time (20 points) Evaluation will be based on ability to accomplish multiple work orders to completion within performance time and the ability to add personnel and/or consultants to complete work on time. 4. Past performance on contracts with Government agencies and private industry (20 points) Evaluation will be based on the firm’s past experience with other government agencies and the private section in performing the requirements described; cost control, quality, and timeliness of performance under previous contracts. References with name and telephone numbers must be provided. 5. Location in the general geographic area and knowledge of the locality of the project area (10 points) Evaluation will be based upon the firm’s proximity to the State of Virginia and the project area. For firms outside the general project area, provide a plan to provide service in a cost effective manner. Firms must clearly indicate the office location where the work will be performed. 6. Aggressive internal quality control program (10 points) Evaluation will be based on demonstrated results of eliminating or reducing errors and/or omissions. SUBMISSION REQUIREMENTS: Firms which meet the requirements described in this announcement should submit three copies of Standard Form SF330 Part I Architect-Engineer Contract Specific Qualification and Part II Architect-Engineer General Qualifications, as well as additional documentation as noted above to address each of the six (6) evaluation factors and indicating the geographic area(s) they wish to be considered for, not later than 4:00 EST on April 6, 2010, to the attention of Denise Darby, Contracting Officer, at the contracting office address listed in this notice. Please limit narrative responses to one page per evaluation factor. Only those firms responding by the time listed above will be considered for selection. This solicitation is a TOTAL SMALL BUSINESS SET-ASIDE. The Small Business size is based on NAICS code 541370, which is $4.5 million average annual receipts. Facsimile transmissions will not be accepted. After an initial evaluation, the most highly rated firms will be selected. Selected firms will then be sent a solicitation to provide their proposals. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). For information regarding registration, contact the CCR Web Site at www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/VASO/AG-33A7-S-10-0002/listing.html)
- Place of Performance
- Address: State of Virginia, Virginia, United States
- Record
- SN02084018-W 20100307/100305234927-4bf6b2f246f0458a6f04450d7c0e15f0 (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 |