Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2024 SAM #8208
SOLICITATION NOTICE

C -- Prescott NF A-E Landline Surveys

Notice Date
5/16/2024 7:42:36 AM
 
Notice Type
Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USDA FOREST SERVICE-SPOC SW Washington DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
12970224R0005
 
Response Due
5/22/2024 4:00:00 PM
 
Archive Date
06/06/2024
 
Point of Contact
Matthew (Matt) Killian
 
E-Mail Address
matthew.killian@usda.gov
(matthew.killian@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ATTENTION: Responses to this notice are due NLT 5:00 PM MOUNTAIN TIME, WEDNESDAY, 22 MAY 2024. See administrative correction to attached Solicitation Notice.� ------------------------------------------------------------------------------- Q&A Memorandum #2: Uploaded 16 May 2024 ------------------------------------------------------------------------------- Q&A Memorandum #1: Uploaded 15 May 2024 ------------------------------------------------------------------------------- ***FEE PROPOSALS ARE NOT DUE AT THIS TIME. A REQUEST FOR FEE PROPOSAL WILL BE ISSUED TO THE FIRM EVALUTED TO BE MOST HIGHLY QUALIFIED*** See the attached Solicitation Notice (A10_0-SolNotice-12970224R0005-PNFLandlineSurveys) and supporting documents for a detailed description of the requirement. Action Code: Solicitation (A-E) Solicitation Number: 12970224R0005 Closing Response Date: 22 May 2024 Contract Specialist: Matthew (Matt) Killian, matthew.killian@usda.gov Set-Aside: Total Small Business Set-aside Requirement Summary: The United States Department of Agriculture (USDA) Forest Service, Procurement and Property Services (PPS) Special Project Operations Center (SPOC) - Southwest Region intends to issue a stand-alone Firm-Fixed-Price contract for Architect-Engineer (A-E) landline survey services. Work includes but is not limited to the following major activities: Retracement of Mineral Surveys, Homestead Entry Surveys and/or tracts, and/or subdivisions of the Public Land Survey System. Land records research, control surveys, corner monumentation, re-monumentation, & maintenance. Establishment of new corner accessories & maintenance, locating, marking, & posting National Forest System (NFS) land boundaries. Preparation & filing of record of survey plat/State corner record, and survey report where applicable. For a detailed description of the requirement, please reference the following documents: Statement of Work (SOW), Survey 1: A10_SOW-PNFLandlineSurvey1 Statement of Work (SOW), Survey 2: A10_SOW-PNFLandlineSurvey2 Statement of Work (SOW), Survey 3: A10_SOW-PNFLandlineSurvey3 Statement of Work (SOW), Survey 4: A10_SOW-PNFLandlineSurvey4 Statement of Work (SOW), Survey 5: A10_SOW-PNFLandlineSurvey5 The awarded contractor must provide all management, supervision, labor, and supplies to support the full scope of work. Contractor personnel must have necessary expertise, qualifications, and experience to ensure performance of the work is conducted and completed in accordance with sound, safe, and efficient management practices and in compliance with any and all applicable regulations. Place of Project Performance: Prescott National Forest, Yavapai County � Tres Piedras, Chino Valley, Verde Valley, Bradshaw Ranger Districts. Period of Performance: All scope is to be completed within 365 calendar days from issuance of Notice to Proceed (NTP). Please refer to the attached Statements of Work for additional details. Anticipated Award Date: 1 July 2024 NAICS Code: 541370 � SURVEYING AND MAPPING (EXCEPT GEOPHYSICAL) SERVICES Product or Service Code: C219 � ARCHITECT AND ENGINEERING - GENERAL: OTHER Contract Type: Firm Fixed Price Instructions to Vendors: To be considered for award, vendors shall submit responses to this notice via PDF to the Contract Specialist, Matthew (Matt) Killian, at matthew.killian@usda.gov, NLT 5:00 PM Mountain Time, Tuesday, 22 May 2024. ***FEE PROPOSALS ARE NOT DUE AT THIS TIME. A REQUEST FOR FEE PROPOSAL WILL BE ISSUED TO THE FIRM EVALUTED TO BE MOST HIGHLY QUALIFIED*** Timely responses must include a completed SF 330, demonstrating the vendor�s qualifications to perform the contemplated work outlined in the attachments above. In addition to an SF 330, vendors must provide responses to the questionnaire below, along with the following Point of Contact information: Company Name: POC Name: POC Phone (Mobile Preferred): POC E-mail Address: SAM Unique Entity ID #: Supplemental Questionnaire: Key Staffing: What are the qualifications of the personnel who will be working on this task order? Relevant Experience: Provide a brief description of relevant experience. Past Performance: Provide the Contract Number, Project Description, and Customer Point of Contact for no more than five (5) of the most relevant projects* your firm has accomplished for the Federal Government in the last five (5) years. Information from CPARS will be reviewed for each Federal project. *If unable to provide Past Performance on five (5) relevant Federal Contracts within the last five (5) years, vendor may cite relevant projects performed for state and local government entities, as well projects performed for private companies. Describe the relative utility of alternative methods and feasible ways to prescribe the use of recovered materials and achieve waste reduction and energy-efficiency in facility design. Briefly describe your intended approach to this work, specifically noting any unique challenges and/or characteristics of the work to be performed (if applicable) and your intended solutions. Please specifically describe the resources and planning your team intends to implement in order to support successful completion of all five survey projects within the given Period of Performance. Responses to the Supplemental Questionnaire shall be limited to no more than five pages, one-inch margins, in 12 pt Times New Roman font. The Government will evaluate each responsive vendor�s SF-330 and response to the Supplemental Questionnaire to ensure they meet the requirements of the solicitation. Please provide sufficient detail to demonstrate a thorough understanding of the work required. Item #4 of the above questionnaire satisfies the requirements for discussion stated in FAR 36.602-3(c). The Government reserves the right to conduct additional discussions if/as needed. ***FEE PROPOSALS ARE NOT DUE AT THIS TIME. A REQUEST FOR FEE PROPOSAL WILL BE ISSUED TO THE FIRM EVALUTED TO BE MOST HIGHLY QUALIFIED*** See the attached Solicitation Notice (A10_0-SolNotice-12970224R0005-PNFLandlineSurveys) and supporting documents for a detailed description of the requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/453a16f08d064051bfbd77a18f664e59/view)
 
Place of Performance
Address: Prescott, AZ, USA
Country: USA
 
Record
SN07066519-F 20240518/240516230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.