|
|
Wetland Reserve Program Boundary Survey AnnouncementTHIS SOLICITATION IS AMENDED A SECOND TIME TO WITHDRAW THE TOTAL SMALL BUSINESS SET-ASIDE. IN ACCORDANCE WITH THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM, A&E SERVICES (INCLUDING SURVEYING AND MAPPING) ARE A DESIGNATED INDUSTRY GROUP WHICH SHOULD BE SOLICITED UNRESTRICTED FOR SOLICITATIONS GREATER THAN THE EMERGING SMALL BUSINESS LIMIT OF $50,000. ALL BUSINESSES MAY SUBMIT QUALIFICATION STATEMENTS FOR THIS UNRESTRICTED COMPETITION. This acquisition
is being conducted in accordance with FAR Subpart 36.6, Architect Engineering
Services. The Small Business size standard is based on North American Industry
Classification System (NAICS) code 541370, Surveying and Mapping (except
Geophysical) Services, which is $4.5 million average annual income. The type of
contract to be awarded will be an Indefinite Delivery and Indefinite Quantity
(IDIQ) contract. Contract will include one base year, and up to four one-year
renewal option years. Work will be ordered through the issuance of individual
task orders on an as-needed basis. Anticipated needs for base year are
approximately 7 boundary surveys for properties located in Strafford County. The
maximum total delivery orders against the contract will be $500,000 for the base
year including all option years. The guaranteed minimum is $40,000 for the base
year only. There shall be no guaranteed minimum for the option years. PROJECT
DESCRIPTION The required
professional services include research, field surveys, notes, computations,
corner search and determination, placement of monuments, witness posts, and
signs, measurement and marking of easement boundary lines, preparation of final
plats (as computer aided design (CAD) files and paper copies), metes and bounds
description and execution of certification and other such documents that may be
required for the Government to obtain title insurance. The Scope of Services for
Boundary Survey under the Wetland Reserve Program can be found in an attached
file. Firms will be
evaluated and ranked using the following selection criteria: (1) Professional qualifications necessary for satisfactory performance of required services. (20 points) The Surveyor
must be a licensed registered land surveyor with the New Hampshire Board of
Licensure for Land Surveyors. Evaluation will include the level of formal
education, continuing education, the number of years licensed, and involvement
in professional activities/organizations. (2) Specialized experience and technical competence in the type of work required. (20 points) Evaluation will
be based on knowledge of local survey practices, records research, and the
approach used on previous surveys to solve problems resulting from conflicting
title or physical evidence. Include with this item a sample survey report
accompanied by a plat identifying a boundary conflict and an appropriate
conclusion or solution. (3) Capacity to accomplish the work. (20 points) Evaluation will
be based upon the number of personnel available, the quantity of existing work
under contract, the schedules for completion of the existing work, and the
capacity to provide personnel for multiple contracts. (4) Past performance on contracts with other government agencies and private industry. (20 points) Evaluation will be based upon the firm’s past experience with other government agencies and the private sector in performing the requirements described; cost control, quality, and timeliness of performance under previous contracts. References with name and telephone numbers must be provided.
(5) Location in the general geographic area and knowledge of the locality of the project area. (10points) Evaluation will
be based upon the firm’s proximity to the State of New Hampshire and the project
area. For firms outside of the general project area, submit a plan to provide
service in a cost effective manner. Firms must clearly indicate the office
location where the work will be performed. (6) Aggressive internal quality control program. (10 points) Evaluation will
be based on demonstrated results of eliminating or reducing errors and/or
omissions. Firms, which meet
the requirements described in this announcement, are invited to submit 2 copies
of a Standard Form 330, Architect-Engineer Qualifications, Part I & II, as well
as any information that will assist with their evaluation on selection criteria,
not later than 4:30PM EST on February 22, 2008 to the attention of
Patricia Pickett, Contracting Officer at the contracting office address listed
in this notice. Please limit narrative responses to one page per evaluation
factor. Only those firms responding by the time listed above will be considered
for selection. After an initial evaluation, the most highly rated firms will be
selected. Selected firms will then be sent a solicitation to provide their
proposals. Interviews for the purpose of discussing prospective firm’s
qualifications will be conducted either in person or by teleconference. All
firms must be registered in the Central Contractor Registration (CCR) to be
considered for an award of a federal contract. For information regarding
registration, contact the Central Contractor Registration (CCR) Web Site at
www.ccr.gov. |
|
|