A/E BOUNDARY SURVEYING SERVICES FOR THE FOREST SERVICE AND BUREAU OF LAND MANAGEMENT IN OREGON AND WASHINGTON

expired opportunity(Expired)
From: Federal Government(Federal)
1204T019R0006SNOTE

Basic Details

started - 10 Oct, 2019 (about 4 years ago)

Start Date

10 Oct, 2019 (about 4 years ago)
due - 29 Oct, 2019 (about 4 years ago)

Due Date

29 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
1204T019R0006SNOTE

Identifier

1204T019R0006SNOTE
Department of Agriculture

Customer / Agency

Department of Agriculture
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.

SPECIAL NOTICE IS EXTENDED THROUGH OCTOBER 29, 2019CORRECTION:  THIS SPECIAL NOTICE IS SET ASIDE FOR SMALL BUSINESS.NAICS CODE:  541370  SIZE STANDARD: $15 MILLIONThe U.S. Department of Agriculture, Forest Service, Pacific Northwest Region has a requirement for Architectural and Engineering services--specifically Boundary Survey work. These surveys will be performed on Forest Service (FS) and Bureau of Land Management (BLM) lands throughout Oregon and Washington. The intent of the Forest Service is to issue Indefinite Delivery, Indefinite Quantity (IDIQ) task order type contracts, with multiple awards.The intent of each contract will be to obtain land surveying services as identified in each individual task order. Contractors will be required to furnish all labor, materials (except those items identified as being Government-furnished), transportation, equipment, tools, operating supplies, and incidentals to complete the work as specified. All work shall be performed by, or under the
direct supervision of a person licensed to practice surveying in the state(s) where the project is located.Project locations are on or near National Forests throughout Region Six, which includes areas in both eastern and western Oregon and Washington; the BLM lands are located in these same areas. The Forest Service intends to award to a mix of firms located throughout Oregon and Washington assuring a high level of expertise regarding the geographic locations of the project sites.An IDIQ contract will be negotiated and awarded to those firms ranked as the most highly qualified. The period of performance for the contracts will be five years from the date of award. Delivery orders will be competed among the firms receiving award of a contract utilizing the procedures outlined in FAR Part 36.6 and the Brooks Act.The Government anticipates awarding up to 20 contracts as a result of this advertisement, but may make fewer awards in order to assure the most advantageous arrangement of firms to meet the Government's needs. The total amount of all task orders, when combined, will be less than $5,000,000.00 over the five year period and the minimum guarantee for each award is $1,000.00.SUBMISSION REQUIREMENTS: The SF 330 Part I shall be limited to 40, 8.5x11 pages with a minimum font size of 10, black/white only.Submit the following: SF 330 for the prime offeror (which also includes a completed Part II for the firm and key sub-consultants) addressing subsequent selection criteria information; see email address to send documents, Subject Line, and Coversheet (attached).SF330, Part I, Section B: Architect-Engineer Point of Contact, Block 5, Name of Firm: beside the name provide the firm's DUNS number.SF330, Section D: Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team listed in Section C, including key sub-consultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level surveying positions.)SF 330, Section E: CRITERIA 1 - PROFESSIONAL QUALIFICATIONS: Firm shall provide the professional qualifications of the proposed team members assigned to this project. Discuss licensed land surveyors and party chiefs proposed for the contract.SF330, Section F: CRITERIA 2 - SPECIALIZED TEAM EXPERIENCE: Provide specialized experience and technical competence of the proposed team members assigned to this project. Offerors should demonstrate Specific experience, knowledge and familiarity with the types of land surveys expected to be performed under this contract. Cadastral surveys of rural lands including corner search, dependent resurveys of the PLSS, as well as riparian boundaries, land partitions, and mapping products should be addressed.Submission Requirements: For each firm, provide a maximum of five (5) specific completed projects that best illustrate overall team experience. Include within block 24 of SF330, Section F: a brief narrative of performance for respective project. Discuss effectiveness by listing budget/estimated cost, award amount, final costs, change order rate and adherence to performance schedules.SF330, Section G: Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in Section F, provide a maximum of five (5) projects.SF330, Section H: Additional Information requested by Agency: Address the remaining Criteria 3 through 5; additional sheets may be used, if required. Clearly identify the Criteria number and title.CRITERIA 3 - CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME.Submission Requirement: Firms shall describe their capacity to accomplish work in required time frames. Indicate the firm's present workload and the availability and qualifications of the project team (including field and office support personnel and consultants) for the specified contract performance period. Indicate specific type and amount of applicable field and office equipment available for this contract. Demonstrate survey expertise in applications of GPS, computer-aided drafting, and aerial photo control.CRITERIA 4 - PAST PERFORMANCE WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY WITH RESPECT TO COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES;Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably.Submission Requirements: For each project provided as experience under Criteria 2, list any applicable favorable awards and commendations. Other performance evaluation results and awards may also be listed separately. Submit samples of the finished products for these projects. Firms shall reference agency/company issuing evaluation/award/commendation and respective date. If the project listed is a federal contract, state evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, please indicate this to be the case.Please address the following components of past performance for each project provided as experience under Criteria 2,-Original contract price and any modifications that increased cost and the reason for modification,-Original contract time and actual completion date (circumstances for contract extensions may be addressed)-Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products.Submission Requirement: Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty; b) Describe the prime's QC program; who is primarily responsible for the QC program, how does the prime firm ensure quality consistently across the entire team. Illustrate success in implementing the program; and c) Address the team's QC processes for checking and verifying for errors.CRITERIA 5 - LOCATION: Firm's location within and demonstrated knowledge of the general geographical areas in which projects could be located. Address local knowledge and familiarity with conditions within the contract area, including those having possible effects on scheduling, costs, and complexity of procedures. Include the location of main offices, branch offices, and sub-consultants offices.For the purpose of the project work described in this document, Region Six and BLM Districts are broken down in to eight geographic areas. See the attached map.Area 1 - Olympic NF (OLY), Wenatchee NF (WEN), Mt. Baker NF (MTB), Snoqualmie NF (SNO), and the northwestern area of the BLM Spokane DistrictArea 2 - Gifford Pinchot NF (GIP), Mt. Hood NF (MTH), and the southwestern area of the BLM Spokane DistrictArea 3 - Okanogan NF (OKA) and Colville NF (COL), and the eastern area of the BLM Spokane DistrictArea 4 - Rogue River NF (ROR), Siskiyou NF (SIS), Umpqua NF (UMP), BLM Medford, Roseburg, and Coos Bay DistrictsArea 5 - Willamette NF (WIL), Siuslaw NF (SIU), BLM Northwest Oregon DistrictArea 6 - Deschutes NF (DES), Ochoco NF (OCH), BLM Prineville DistrictArea 7 - Fremont NF (FRE), Winema NF (WIN), BLM Lakeview DistrictArea 8 - Malheur NF (MAL), Umatilla NF (UMA), Wallowa NF (WAL) Whitman NF (WHI), BLM Vale and Burns DistrictsSubmission Requirements: Describe and illustrate the team's knowledge and experience working in the above-stated geographical area(s). Firms must indicate in which of the geographic areas listed above they are qualified and interested in performing work on the Coversheet (attached in FBO post).ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (Coversheet, cover letter, attachments and excess number of pages will be excluded from the evaluation process).Note: prospective awardees MUST be registered in the System for Award Management (SAM) to be awarded a Federal Government Contract. If you are not registered, please register at the following site: https://www.sam.gov/portal/public/SAM/The firms that are evaluated by the Evaluation Board (EB) as the most qualified will receive the RFP package with the terms and conditions applicable to all task orders issued under this master contract.Those firms that meet the requirements in this announcement and wish to be considered must address their packages per above listed Submission Requirements, to:USDA Forest ServiceSiuslaw National ForestAttn: Contracting3200 SW Jefferson WayCorvallis, OR 97331Submissions will be made no later OCTOBER 29, 2019, by 4 p.m. PST. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted.Email your response to: sm.fs.conwest@usda.govSubject Line Email: 1204T019R0006 A/E Boundary Surveying Services for the FS and BLM, OR and WAE-mail address for inquiries to: Contracting Officer, Paula Winningham paula.winningham@usda.govContact Information: Paula S. Winningham, Contract Specialist, Phone 541-750-7115, Fax 541-750-7236, Email paula.winningham@usda.gov Office Address :3200 SW Jefferson Way Corvallis OR 97331 Location: R-6 Contracting West - Siuslaw NF Set Aside:

R-6 Contracting West - Siuslaw NFLocation

Place Of Performance : R-6 Contracting West - Siuslaw NF

Country : United States

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

RFP - On-Call Land Surveying Services

Due: 26 Apr, 2024 (in 10 days)Agency: City of Tracy

On- Call Land Surveying Services

Due: 06 May, 2024 (in 20 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

NAISC: 541370 GSA CLASS CODE: C