MODIFICATION
R -- A &E Surveying Services IDIQ - Solicitation 1
- Notice Date
- 8/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Forest Service - R-10 Chugach National Forest
- ZIP Code
- 00000
- Solicitation Number
- AG-0120-S-12-0046
- Response Due
- 10/16/2012 2:00:00 PM
- Archive Date
- 1/2/2013
- Point of Contact
- Karen Weidenbaugh, Phone: 907-743-9569, Denise M. Murphy, Phone: 907-743-9531
- E-Mail Address
-
kweidenbaugh@fs.fed.us, denisemurphy@fs.fed.us
(kweidenbaugh@fs.fed.us, denisemurphy@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Previous IDIQ contractors- expires on 11/30/2012) Questions -AG-0120-S-12-0046 Service Contract Act Wage Determination Return Package - AG-0120-S-12-0046 Solicitation AG-0120-S-12-0046 -A & E Surveying Services The Alaska Region for the Tongass National Forest and the Chugach National Forest is seeking qualified firms to provide architectural & engineering surveying services. The work to be performed under this contract will be primarily cadastral surveys which may include PLSS rectangular surveys, United States surveys, Mineral Surveys, marking and posting of National Forest Property Boundaries, State of Alaska surveys, Small Tracts Act surveys and Right-of-way and easement surveys. This work may also include engineering surveying services such as topographic surveys, Hydrographic surveys for bridges, culverts and marine access points, as-built surveys, Road/trail surveys, computer aided drafting, as well as any other work incidental to the survey profession. Firms responding to this notice should be prepared to provide the full range of these services. This proposed acquisition replaces the six IDIQ contracts that expire on 11/30/2012. This new solicitation replaces the synopsis that was previously issued under AG-0116-S-12-0013. The Forest Service anticipates awarding multiple award indefinite quantity indefinite delivery contracts each with a one-year performance period starting 12/01/2012 through 11/30/2013 with options for two additional one year periods. Each awarded contract will have a Not-to-Exceed value of $2,000,000 over the life of the contract, including any options periods. Firms responding to this notice should be prepared to provide the full range of architect and engineering services using in-house capacity or sub-consultant agreements. Work under this contract will be subject to satisfactory negotiation of individual task orders. The price of any single task order will be at least $2,000 but will not exceed $2,000,000. Each contract awarded will have a guaranteed minimum order of $2,000.00 for the total of the base period and all option years. SELECTION CRITERIA. Firms responding to this notice will be evaluated and ranked using the following selection criteria. Criterion (1) is most important; criteria (2) and (3) are of lesser but equal importance; and criteria (4) and (5) are of lesser but equal importance. The technical evaluation will consider how each issue is addressed and how it is formatted in order to coincide with the indicated selection criteria. Firm responding to this public notice will be evaluated and ranked using the selection criteria listed below. (1) Specialized experience and technical competence in the type of work required. Evaluation will be based on the extent of directly related experience in performing cadastral surveys in Southeast and Southcentral Alaska. Consideration will be given to those firms with knowledge of and direct experience in cadastral surveying similar to tasks required on a Forest Service project (boundary retracement, line clearing, true line marking and posting). Examples of cadastral work, shall be provided (maximum of 3 projects). The proposals will be reviewed to ensure the requirements of FAR 52.219-14, Limitation on Subcontracting are being considered. (2) Capacity to accomplish the work. Evaluation will be based upon the personnel and equipment available for completion of the work. (3) Past performance on contracts with the Forest Service and other government agencies and private industry. Evaluation will be based upon the firm's past experience with the Forest Service and other government agencies and the private sector in performing the requirements described; and the quality and timeliness of performance under previous contracts. References with telephone numbers must be provided. (4) Professional qualifications necessary for satisfactory performance. Firms must have a minimum of one State of Alaska Registered Land Surveyor employed on a full time basis. (5) Geographical location. Evaluation will be based upon the physical location of the firm, knowledge of the locality of the project and experience of Alaska conditions. Organize your documents providing the required information in a logical manner in the order as presented herein. Required documents will include a Standard Form 330 and the required information stated in Section L ofthe solicitation. The firm may include a separate attachment or brochure that specifically addresses the questions and requirements of this notice, including references to the SF 330. The total pages submitted for the technical proposal shall not exceed 50 pages. This solicitation is a 100% small business set-aside. The NAICS is 541370 -$14.0 million. Responses are to be submitted by 2:00 PM Alaska Time on 16 October 2012. Responses shall be provided to the Chugach National Forest, 161 East 1st Ave, Door 8, Anchorage, AK 99501. Inquiries regarding this invitation should be in writing and directed to Karen Weidenbaugh, email: kweidenbaugh@fs.fed.us and Denise Murphy, denisemurphy@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/120/AG-0120-S-12-0046/listing.html)
- Place of Performance
- Address: Alaska, United States
- Record
- SN02861186-W 20120831/120830001015-1be834425279b9faeab6f849a8f9418f (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 |