Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2011 FBO #3558
SOLICITATION NOTICE

C -- IDIQ for A&E Land Survey Services - Package #1 - Package #2 - Package #3

Notice Date
8/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Nevada State Office, 1365 Corporate Blvd., Reno, Nevada, 89502
 
ZIP Code
89502
 
Solicitation Number
AG-9327-S-11-09
 
Archive Date
10/5/2011
 
Point of Contact
Maggie Liebel, Phone: 775-857 8500, Ext. 111
 
E-Mail Address
maggie.liebel@nv.usda.gov
(maggie.liebel@nv.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Natural Resources Conservation Service Easemen Programs Land Survey Specifications SF 252 SF 330 The Natural Resources Conservation Service (NRCS) is seeking Standard Form 330 Architect- Engineering Qualifications for Indefinite Quantity Indefinite Delivery (IDIQ) contract utilizing firm fixed price task order for Land Survey for NRCS Easement Program in the State of Nevada. The resulting contract will be primarily for land boundary surveys, and may include some topographic surveys. The contractor will be required to provide with the services all labor, equipment, materials, services and supplies required to complete the land survey, prepare reports and maps for acquisition and mark tract boundary. In accordance with Subpart 36.6 of the Federal Acquisition Regulations This procurement will be evaluated using Brooks Act procedures. This procurement is Set Aside Total Small Business. The primary North American Industrial Classification System Code (NAICS) is 541370 The government contemplates the award of one Firm Fixed-Price Indefinite Delivery, Indefinite Quantify (IDIQ) type contracts resulting from this competition. The initial contract period will be for the base year which will be from the date of contract award. It is anticipated that four option years will be included in the contract. The government, at its option, may extend the contract to a maximum of five years by exercising each of the four one year renewal options. Work under each of the contracts will be subject to satisfactory negotiation of individual task orders. The price of any single task order shall be at least $3,000.00 but shall not exceed $150,000.00 The maximum order amount for contract period (base year and each option year) shall not exceed $1,000,000.00. The guaranteed minimum task order value shall be $3,000.00. PRESELECTION CRITERIA. Firms must meet the following criteria in order to be considered for an award under this requirement: 1.One or more professional land surveyor registered in the State of Nevada with minimum of five years experience in real property boundary surveys. 2. Ability to field two 2-man or more survey crews experience and capable of performing real property boundary surveys; 3. Performed at least 5 real property boundary surveys in the State of Nevada in accordance with the Nevada Professional Land Surveying Practices Act within the last two years; 4. Ability to perform GPS survey, and 5. Small Business in NAICS 541370 SELECTION CRITERIA. Firms meeting the pre-selection criteria will be evaluated and ranked using the following selection criteria: 1.Professional Qualifications necessary for satisfactory performance- Registration as a professional and land surveyor to perform work; survey party personnel, their knowledge of and experience in survey requirements; the qualifications and experience of key personnel who will be responsible for administrating the work required; 2.Specialized Experience and & Technical Competence in the type of work required Evaluation will be based on experience and technical competence in type of work required- 3.Capability to accomplish work- Evaluation will be based on the firms current work under contract, scheduling process, ability of qualified personnel, and ability to accomplish the work within the established performance period; 4. Past Performance on contracts with government agencies and private industry, Evaluation will based upon previous experience on contracts with Government agencies and private in terms of quality of deliverables, cost control, compliance with required delivery schedules, and the contractors experience with providing expert testimony regarding completed boundary surveys for the past two years, and should include point of contact, names, and phone numbers. Document previous work on the SF 330 will be evaluated based on quality and complexity of work as documented. 5. Evaluation will be based on experience and technical competence in real property boundary surveys as set forth by the Nevada Professional Land Surveying Practices Act. Firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) and requested supplemental data to the procurement office shown. USDA Natural Resources Conservation Service, 1365 Corporate Boulevard, Reno, Nevada 89502. Emails or faxes will not be accepted. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NVSO/AG-9327-S-11-09/listing.html)
 
Place of Performance
Address: Several Locations in Nevada, Nevada, United States
 
Record
SN02543082-W 20110822/110820233243-526f71ee6d87bc2106208156eecc2acd (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.