SOLICITATION NOTICE
F -- CADASTRAL FIELD SERVICES, OREGON STATE OFFICE
- Notice Date
- 6/24/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115310
— Support Activities for Forestry
- Contracting Office
- BLM OR-ST OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
- ZIP Code
- 00000
- Solicitation Number
- L13PS00596
- Response Due
- 7/9/2013
- Archive Date
- 8/8/2013
- Point of Contact
- Alana Chun
- E-Mail Address
-
achun@blm.gov
(achun@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Vendors shall provide rate sheets and a written solicitation will not be issued. Solicitation Number L13PS00596 is used as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-61. NAICS code 115310; size standard $7.0M. Background: The Bureau of Land Management (BLM), Oregon State Office, Branch of Geographic Science is responsible for corner monuments that control federal land boundaries in the states of Oregon and Washington. The collection of coordinate positions on existing Public Land Survey System (PLSS) corners using GPS collection methods to improve the control for existing Geograhic Coordinate Data Base (GCDB) data to support Master Title Plat production. BPAs will be issued to survey land for corner recovery and boundary marking for the BLM Oregon State Office. Area of responsibility locations are primarily located in Medford, Coos Bay, Roseburg, Eugene and Salem District Offices.. DESCRIPTION OF WORK This RFQ will result in a maximum of five (5) multiple BPAs for statewide Services to include: Corner Recovery: a) Perform research of records to gain understanding of the possible conditions at the search location. b) Visit the search area and collect current information of the physical condition of previously established land corners. Using GPS methods, collect and record geographical position information. c) Prepare documentation reporting current conditions and location of land corner evidence. Boundary Marking: a) Physically traverse the line between previously identified land corner locations, identifying and locating any relevant boundary evidence and determine the true direction and distance between the corners. b) Physically mark the true line between the corner locations, placing signage and marking of vegetation as specified in the Statement of Work Specifications. c) Prepare documentation reporting the true relationship between the corner locations and any other information as directed in the Statement of Work Specifications Supporting Documents to include Statement of Work for Corner Recovery - 3 pages, Boundary Marking - 17 pages. Criteria for Selection: a) Applicants must possess a Registered Professional License for the practice of Land Surveying in either or both of the States of Oregon and Washington. b) Applicants must demonstrate the capacity to perform the work by listing qualified individuals and readily available equipment necessary to perform the identified tasks. c) Applicants must identify previously performed projects which demonstrate more than one (1) year specialized experience in the rural environs of the Pacific Northwest. Payments will be made upon receipt of billings from the Contractor, through Invoice Processing Platform (IPP). Payments will be processed upon receipt of the invoice within 30 days through electronic funds transfer by the BLM National Business Center in Denver. PERFORMANCE TIME: The Blanket Purchase Agreements (BPAs) will be awarded for five (5) years. FAR CLAUSES AND PROVISIONS - the following FAR clauses and provisions apply to this contract and may be retrieved from https://www.acquisition.gov/far/index.html: 52.203-3, Gratuities; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration System; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim; 52.242-13, Bankruptcy. SUBMITTAL OF QUOTE/RESPONSE - Respondents shall submit signed and dated quotes that identify the company name, DUNS number, CAGE code, company address, telephone number as well as a primary point of contact name, title, telephone number and email address. Please provide criteria for selection information not to exceed ten (10) pages, 8 -1/2 X 11 paper for submittals. The basis of award will be based on lowest price technically acceptable responses. Award will be made to the responsible firm whose quote is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include past performance in addition to the criteria for selection identified above. Past performance information may be based on the Governments knowledge and previous experience with the quoter or other reasonable basis. All responses shall be sent to the Bureau of Land Management, Oregon State Office, OR952, 333 SW 1st Avenue, Portland, Oregon 97204 by 300 PM Local Time on or before July 09, 2013. Faxed responses will be accepted at 503-808-6312. For questions, please contact Alana Chun, 503-808-6227. All submissions must reference Solicitation No. L13PS00596.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L13PS00596/listing.html)
- Record
- SN03097290-W 20130626/130624234023-9aac0d156b56469b5fdab03eb4089170 (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 |