United States - IDIQ for Land Survey Services for the State of Louisiana

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
20 September 2019
Opportunity publication date
31 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 30, 2019 4:22 pm

Solicitation Number: 12FPC119R0006

Notice Type: Combined Synopsis/Solicitation
Location: The surveyor must be a licensed land surveyor in the State of Louisiana, United State Department of Agriculture (USDA Natural Resource Conservation Services (NRCS)
Scope of Services Required: The USDA, Farm Production and Conservation (FPAC) Business Center is requesting professional qualification statements (SF 330s) from qualified firms for architect and engineering (A-E) services to provide a boundary survey services for the State of Louisiana, USDA NRCS that meets the requirement of the attached Specification/Scope of Work (Refer to Statement of Work/Land Survey Specifications).
Type of Contract: This office anticipates awarding a firm fixed price contract for these services. The Government reserves the right to make multiple awards. This will be awarded as an Indefinite Delivery/Indefinite Quantity (IDIQ) 5 calendar years (Base with 4 Option Years) contract.
Set-Aside Status: This procurement is being solicited as 100% TOTAL SET-ASIDE for Small Businesses. The NAICS code for these services is 541370 Surveying and Mapping (except Geophysical) Services and the SBA size standard is $15.0 MIL.
Estimated Start and Completion Date:
IDIQ (5 years - Base with 4 Option years)
o Base year: October 1, 2019 - September 30, 2020
o Option year 1: October 1, 2020 - September 30, 2021
o Option year 2: October 1, 2021 - September 30, 2022
o Option year 3: October 1, 2022 - September 30, 2023
o Option year 4: October 1, 2023 - September 30, 2024

Evaluation Criteria: This acquisition is for A-E services and is procured in accordance with the Section of Architects and Engineers statute as implemented in Federal Acquisition Regulation (FAR) Subpart 36.3. A-E firms meeting the requirements described in this announcement are invited to submit the documentation required in this notice. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitation indicated with respect to business size or any other limitations listed in this notice.
Firms shall be evaluated in terms of:
(1) Professional qualifications necessary for satisfactory performance of required services - Qualified firms shall possess professional qualifications necessary for satisfactory performance of required services.
(2) Specialized Experience and Technical Competence - Firms shall possess specialized experience and technically competence related to the required services.
(3) Capacity - Qualified firms shall have the capacity to accomplish the work in the required time.
(4) Past Performance - The prime contractor and/or team members (as applicable) shall have recent (within 3 years), relevant, successful past performance on similar projects performed for the FPAC Business Center, other Government agencies, and/or private industry in terms of cost control, quality of work, and compliance with performance schedules.
(5) Location - Location in the general geographical area of the project and knowledge of the locality of the project; provided application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.
Following an evaluation of the qualifications submitted, at least three firms that are considered to be of the most highly qualified will be chosen for interview in accordance with FAR 36.602-1(c). Upon conclusion of these interviews and final ranking of firms, the most highly qualified firm will be selected for price negotiation and other terms and conditions in accordance with FAR 36.606.
Submission Requirements: Firms responding to this notice should submit four (4) hard copies and one electronic copy in CD or DVD format of the SF 330 Part I and SF 330 Part II. Do not submit cover letters, binders, elaborate coverings, spiral bound material, or company brochures/pamphlets, etc. Submit only what is requested on 8 ½ x 11-inch bond paper with a minimum of 10-pitch font. The proposal submittal, including the SF 330 Parts I and II, shall not exceed 50 pages in length (includes all attachments, subcontractor, consultant information, etc.). The nine (9) pages of instructions are not required to be submitted as part of the SF 330 and are not included in the 50 pages limit. Offers exceeding the maximum page limitations may not be considered. Cover pages, tab pages, and divider pages will not count towards the 50 pages limit. Submissions may include single or double-sided sheets but shall not exceed the 50 pages limitation. A page is defined as one side of an 8-1/2-inch x 11-inch sheet of paper, with at least one-inch margins on all sides. Offerors may include 11 X 14-inch paper for the exclusive presentation of tables or figures. Each 11 X 14-inch page will be considered as a single page. Fold out sheets larger than 11 X 14 will be counted as multiple pages in accordance with their size. The SF 330 form is exempt from the margin and character size limits; follow the SF 330 instructions for completing the form. The 1-inch margin and 10-point font limits are only applicable to pages formatted by the Architect/Engineering firm. This is a Request for Qualifications only, DO NOT SUBMIT A PRICE PROPOSAL. Offerors shall organize the information so as to highlight responses to the Evaluation Factors.
The Point of Contact (POC) for this notice is Danny Mandell, Contracting Officer, Tel. (254) 742-9923, Email at danny.mandell@usda.gov.
The Contracting Officer Representative (COR) for this project is Elizabeth Hoyt, State Easement Program Specialist, Tel. (318) 473-7991, Email at Elizabeth.hoyt@usda.gov
Submission must be received at the following address: Attention: Danny Mandell@usda.gov, Contracting Officer, FPAC, Section 1, USDA NRCS Texas State Office, W.R. Poage Federal Building, 101 South Main Street, Suite 200, Temple, Texas 76501. Submittals are due 9:00 am Central, September 20, 2019. No Facsimile or Email Copies will be accepted. Only those firms responding in accordance with this announcement will be considered for award. Offerors ensure that you write down the solicitation number, 12FPC119R0006, of this Request for Qualifications on the outside of your submission envelope/packet.
All contractors must be registered and in an "active" status in the System for Award Management (SAM) to be eligible for an award of a Federal contract. For information regarding registration, visit the SAM website at www.sam.gov.

Opportunity closing date
20 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Agriculture Acquisition Division - Operations Branch United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?