Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2012 FBO #4004
SOURCES SOUGHT

C -- USFWS Region 4 Boundary Survey for states Alabama, Arkansas, and Georgia

Notice Date
11/8/2012
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310AtlantaGA30345-3310
 
ZIP Code
30345-3310
 
Solicitation Number
F13PS00021
 
Response Due
12/10/2012
 
Archive Date
1/9/2013
 
Point of Contact
NIJUA HEARD
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Fish and Wildlife Cadastral Boundary Survey The U.S. Fish and Wildlife Service (FWS), Southeast Region, in accordance with the Brooks Act and Part 36.6 of the Federal Acquisition Regulation (FAR) is seeking qualified firms to provide Professional Land Survey Services, primarily rural surveys, in various areas of the states of, Area B: Arkansas Area H: Georgia, Florida Areas I, J, K: Florida PROJECT INFORMATION: The government anticipates a multiple award of firm-fixed price, indefinite delivery- indefinite quantity (IDIQ) contract as a result of this competition. Contracts will be awarded for designated areas of each state(s) shown on attached map. The initial contract period will be for one year (1) and the Government may, at its option, extend the contract to a maximum of five (5) years by exercising each of the four (4) one year renewal options. Work under the contract will be subject to satisfactory negotiation of individual Task Orders. The minimum order per base and all options years shall be at least minimum $1000.00 and the maximum order amount for any contract period (base year and each option year) shall not exceed $400,000.00. Task orders will be negotiated and awarded as firm fixed-price procurements for individual or clusters of projects. The number and magnitude of projects to be undertaken will be dependent upon priority and availability of funds at the time task orders are issued. Tasks include, but are not limited to providing, geodetic spatial reference, records research, data collection, original and or retracement property boundary surveying, boundary marking, corner monumenting, plat of survey, writing property descriptions and track report. To be considered, the company must be authorized to practice in the respective state(s), and have a licensed PLS as the principal or an employee of the firm. SELECTION CRITERIA: Fish and Wildlife Service will consider a firms experience for the past 10 years when evaluating their capabilities. The following factors will be evaluated. They are listed in descending order of importance. 1) Professional qualifications and experience. 2) Specialized experience conducting (retracement in rural areas, riparian). 3) Geographic location and familiarity with the area. 4) Past performance (in terms of cost control, quality of work and relevant experience within past 10 years). 5) Field and office equipment (include instrument DIN, PPM rating; GPS receiver grade and system capability i.e. L1, L2, L3, GLONASS; type and versions of business office, surveying and mapping software). 6) Capacity / Durability of firm to accomplish the work within the required performance period. All prospective firms must be registered in the System for Awards Management (SAM) in order to be considered for an award for a Federal contract. It also required that all contractors be registered in the Online Representations and Certifications Application (ORCA) to be considered for an award of a Federal Contract. In addition all firms must comply with the Debt Collection Improvement Act of 1996, for more information regarding registration contact the SAM Web Site at https:// www.sam.gov/. This requirement is set aside for small businesses. The NAICS code is 541370 and the size is $4 million. This is NOT a Request for Proposals but a Request for Qualifications. SUBMISSION REQUIRMEMENTS: Those firms that meet the requirements described and wish to be considered must submit an original and two (2) copies of the complete package. The package shall consist of the following: Standard Form 330, 2 examples of rural boundary survey plats meeting or exceeding individual state(s) minimum survey standards along with any information they deem to be of benefit to their company. Additional information shall be limited to four (4) standard pages. Information in excess of this will not be considered. The package must be received at the following address: ATTN: Nijua Heard, Contract Specialist, 1875 Century Blvd, Atlanta, GA 30345. Submittals are due by 4:30 pm local time on December 10, 2012. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F13PS00021/listing.html)
 
Record
SN02928252-W 20121110/121108235319-367d81061850fa0e558e3933a3cfd5f2 (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.