Northern Region- Region 1 A/E Cadastral Boundary Surveying Services IDIQ

expired opportunity(Expired)
From: Federal Government(Federal)
1240LT24R0011

Basic Details

started - 11 Mar, 2024 (1 month ago)

Start Date

11 Mar, 2024 (1 month ago)
due - 11 Apr, 2024 (16 days ago)

Due Date

11 Apr, 2024 (16 days ago)
Bid Notification

Type

Bid Notification
1240LT24R0011

Identifier

1240LT24R0011
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ARCHITECT ENGINEER (A-E) CONTRACT FOR THE USDA/FOREST SERVICE NORTHERN REGION (R1) The Northern Region (R1) is soliciting for a Non-Personal Architect-Engineer (A-E) Services in accordance with Federal Acquisition Regulation (FAR) Subpart 36.6. This announcement is being solicited as a small business set-aside pursuant to FAR 19. The North American Industry Classification System (NAICS) code for this action is 541370 or specifically Cadastral surveying services and the small business size standard is $19.0M. As a result of this announcement, the Forest Service (R1) intends to award up to eight (8) or more Indefinite Delivery-Indefinite Quantity (IDIQ) contract that will be for five (5) years from the date of award to include Options to be exercised at the discretion of the Government. The total amount for the contract(s) shall not exceed $4M. These anticipated awarded IDIQ contracts will have a guaranteed minimum of $1,000 for the first year of the contract(s). Firm-fixed priced task
orders will be issued, as the need arises during the course of the contract period. PROJECT INFORMATION: The Architect-Engineering (A-E) Contractor shall provide A-E services for the United States Department of Agriculture, Forest Service Northern Region (Region 1) on an Indefinite Delivery Indefinite Quantity (IDIQ). The level of work is a Professional Land Survey services. Specific project requirements will be outlined in the individual task order descriptions and in subsequent pre-design meetings. The work required under this IDIQ contract consists of furnishing all services, materials, supplies, support, labor, transportation, and performing all work necessary for various types of projects. The projects performed under this contract will primarily focus on: Retracement/Dependent Resurvey of rectangular Public Land Survey System (PLSS) surveys; PLSS Section Subdivision; Retracement/Dependent Resurvey of Homestead Entry Surveys and Exchange Surveys; Retracement/Dependent Resurvey of Mineral Surveys; Retracement and/or survey of Congressionally Designated Area boundaries, i.e., Wilderness; Marking and Posting of National Forest and/or National Grasslands Boundaries; Monumentation of new, and recovery, reestablishment and remonumentation of lost or obliterated boundary and boundary controlling corners; Maintenance or removal of previously marked boundary line; Geodetic Control surveys; Rights of Way surveys; Engineering and Resource Specific Site and Location Surveys; General control surveys; Preparation of Exhibits, Certificates of Survey, Records of Survey and Certified Corner Recordations; Geographic Coordinate Data Base (GCDB) Maintenance, data collection and input: This activity will primarily be data collection and providing the data in spreadsheet format. Drafting services: This service involves ACAD or ARCGIS map drafting for special projects where the data was collected or complied by Forest Service surveyors or others. Data entry services (Primarily Boundary Management Information): This activity involves the use of ARCGIS, Microsoft Excel and Access Any other types of activities or surveys listed and defined in the Region 1 - Boundary Management Contract Specifications for the Northern Region (Region 1) All references to “A-E” or “Firm” apply to the architectural, engineering professional surveying and mapping services contractor and all consultants and/or subcontractors hired by the Firm. All other references to the “contractor” refer to the entity that is or will be performing the associated construction efforts. The lead firm(s) selected for contract award(s) will be predominantly an architectural-engineering firm specializing in professional surveying and mapping. LOCATION: Projects will be located within the Northern Region/Region 1 National Forests and Grasslands located within the states of Idaho, Montana, North Dakota, and South Dakota, including but not limited to the following: (1) Custer National Forest located in North and South Dakota; (2) Flathead National Forest located in Montana, (3) Kootenai National Forest located in Montana, (4) Lolo National Forest located in Montana, (5) Bitterroot National Forest located in Montana, (6) Beaverhead-Deerlodge National Forest located in Montana, (7) Helena National Forest located in Montana, (8) Lewis and Clark National Forest in Montana, (9) Gallatin National Forest located in Montana, (10) Idaho Panhandle and Nez Perce-Clearwater National Forests located in Idaho. USDA’s NRCS and the DOI’s BLM as well as other various Federal agencies may use this contract within the specified geographic contract areas shown on the attached exhibits. Please see United States Forest Service (USFS) Home Page for Regional information- www.fs.fed.us. SELECTION CRITERIA: The Architect-Engineering firms must demonstrate its and each key subcontractor’s qualifications with respect to the published evaluation factors for all services. Evaluation factors 1 through 3 are considered most important and equal; factor 4 is slightly less important; and factors 5 and 6 are of lesser importance and will be used as tiebreakers among technically equal firms. PER FAR 36.602-1, FIRMS WILL BE EVALUATED ON THE FOLLOWING FACTORS, Evaluation factors 1 through 3 are considered most important and equal; factor 4 is slightly less important; and factors 5 and 6 are of lesser importance and will be used as tiebreakers among technically equal firms. 1. Professional Qualifications (FAR 36.602-1(a) (1)) The contract requires that a firm have a Professional Land Surveyor licensed in at least one of the following states; Idaho, Montana, North Dakota, or South Dakota. Each firm can be considered for all of the geographical areas for which they possess the required licenses to provide land-surveying services under this Solicitation. Other certifications relevant to cadastral surveys, i.e. Certified Federal Surveyor (CFEDS) certification etc., are not required but will be considered during the contractor review process. 2. Specialized Experience & Technical Competences (FAR 36.602-1(a) (2)) The firm demonstrates specialized experience and technical competence, as evidenced by the successful completion of several substantially similar projects to those noted above. Specialized experience includes projects performed under requirements similar to those contained in the R-1 Boundary Management Contract Specifications. The firm demonstrates an understanding of proper technical procedures, standards and quality control procedures as shown by knowledge of the following: The technical procedures contained in the BLM Manual of Instruction. The knowledge of and familiarity with the standards contained in the Region 1 Boundary Management Contract Specifications (2023 Version). Quality Control of data collection as indicated by acceptable field methods and procedures incorporating an acceptable software routine for follow-up error analysis and containment on conventional or GPS surveys. The experience with marking and/or posting of boundaries associated with the PLSS boundaries through arduous and remote terrain. This may be to Forest Service standards, other federal agency standards, private timber company standards, or other private boundaries. 3. Geographical Area of the Project and Knowledge of the Locality: (FAR 36.602-1 (a) (3) Location of the firm’s office or a branch office is within the customary trade area of potential projects. A history of prior survey experience indicates a specific knowledge of prior surveys in customary trade areas. Customary trade areas will be the geographic contract areas shown on the attached exhibits. 4. Capacity to Accomplish work in the Required Time (FAR 36.602-1(a) (4) The firm indicates the capacity to accomplish work in a specific geographical area with the identified personnel and equipment and an express added ability to assign personnel to a project with relatively short notice (1 month). 5. Past Performance (FAR 36.602-1(a) (5) Firm provide has excellent record of performing projects of record within the allotted contract time. The knowledge of the firm, aided by supporting documentation, indicates superior performance on similar projects. Demonstrating Past Performance the offeror should include at a minimum, a list of contacts, points of contact and phone numbers for references and any letters of recommendation/appreciation. The contractors’ past performance will also be evaluated to assess performance risks associated with the contractor’s ability to complete the proposed project. The Government may also use past performance information obtained from other than the provided sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIPRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. 6. Additional Data (FAR 36.602-1(a) (6) (a) Provide average percentage of time each member of key personnel proposed for the project(s) will spend on each of the survey functions listed above, (b) provide a listing of Public Land Survey System (PLSS) experience of the key personnel proposed for the project(s) in the last 3 years. Include the number and location of standard, fractional, and elongated sections subdivided, miles of section boundaries dependently resurveyed, and number of PLSS corners monumented or remonumented, and (c) Submit at least 2 filed plats illustrating PLSS boundary surveys by the key personnel proposed for the project(s) and one drawing of either a right-of-way survey or engineering site survey. In addition to the technical evaluation criteria, the Forest Service may administratively elect to consider the volume of work previously awarded to the A&E firm 1) to determine which of the most highly qualified A&E firms should be awarded a particular project and/or 2) as a method to permit qualified A&E firms to gain experience so that they can compete as a most highly qualified firm on future A&E contracts. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities to perform this work are invited to submit an electronic copy of their SF 330 (A-E Qualifications) to the Contract Officer listed below. The current SF 330 must be used and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486 All fonts shall be at least 10 pitch or larger and pages shall be 8 1⁄2” x 11”. PART 1 OF THE SF 330 SHALL NOT EXCEED 75 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART 1 of the SF 330 may be presented on a sheet up to 11” x 17”. If an 11” x 17” is used it shall be folded to meet the 8 1⁄2” x 11” requirement, bound in the SF 330 at the proper location, and counted as one page. Blank sheets and/or Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed on page. When listing projects in PART I, Section F, an Indefinite Deliver Contract (IDC) or IDIQ contract with multiple task orders as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. A PART II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. THIS IS A SPECIAL NOTICE AND IS NOT A REQUEST FOR PROPOSAL. Submittals must be received no later than 4:30 P.M. Mountain Time (MT) on 11 April 2024. Regulation required that the Selection Board not consider any submittals received after this date and time. Please email all required submittals to Tanya Spanfellner at tanya.spanfellner@usda.gov. NOTE: To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime. The proposed acquisition listed herein is a total small business set-aside with a NAICS Code of 541370; small business size standard is $19.0. All interested A-E firms submitting a qualification package must have an active and valid registration in the System for Award Management (SAM) database; https://www.sam.gov/portal/public/SAM. Phone calls and personal visits for the purpose of discussing this solicitation with contracting/project management and/or engineering personnel are not allowed.

Missoula, MT, 59804, USALocation

Place Of Performance : Missoula, MT, 59804, USA

Country : United StatesState : Montana

You may also like

BCS 2020-02 E Land Surveying & Subsurface Utility Engineering Services, Statewide

Due: 13 Sep, 2027 (in about 3 years)Agency: State Highway Administration

On- Call Land Surveying Services

Due: 06 May, 2024 (in 8 days)Agency: City Of Orinda

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 541370
Classification CodeCode R404