Boundary Survey Requirements for the State of Rhode Island
SYNOPSIS: The USDA Farm Production and Conservation - Business Center (FPAC-BC) is seeking submittals "Request for Qualifications" of Standard Form 330 "Architect and Engineer Qualifications" for Land... SYNOPSIS: The USDA Farm Production and Conservation - Business Center (FPAC-BC) is seeking submittals "Request for Qualifications" of Standard Form 330 "Architect and Engineer Qualifications" for Land Survey requirement for the NRCS Easement Programs for the State of Rhode Island. This acquisition is being conducted in accordance with the Brooks Acts, FAR Subpart 36.6 (Architect-Engineering Services) and is being set aside for small business. The designated industry group for this acquisition is NAICS code 541370 Surveying and Mapping (except Geophysical) Services which has a size standard of $15 million. THIS ANNOUNCEMENT IS SET ASIDE FOR SMALL BUSINESS ONLY. THIS ANNOUNCEMENT CONSTITUTES THE ONLY NOTICE. SCOPE: The Government is procuring for a Land Survey, per the attached USDA, Natural Resources Conservation Service Easement Programs Land Survey Specification. NRCS intends to acquire permanent easements on various lands as follows: The work consists of completing an easement boundary survey for the following property: 1. Highlander Charter School, 27.0 acres Bristol County, RI 2. Karen Burnes, 25.35 acres Bristol County, RI DESCRIPTION OF WORK: The surveyor must be a licensed land surveyor in the State of Rhode Island. The Surveyor will provide a boundary survey of the easement area which meets the requirement of the attached Land Survey Specification. SELECTION CRITERIA: Firms which meet the requirements described are invited to submit one original copy of the attached Standard Form 330, Architect-Engineer Qualifications completing both Part 1 and II. Selection will be based on the following evaluation factors, which are listed in descending order of importance. For those Factors that have Sub-Factors, the Sub-Factors are listed in descending order of importance. Factor No.1 PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. The surveyor must be a licensed, registered land surveyor in the State of Rhode Island. Evaluation will include the level of formal education, the number of years licensed, experience in easement surveys, and the level of involvement of licensed, registered land surveyor on this contract. Subfactor No.1: Firm's Registered Professional Survey's experience in easement survey Subfactor No. 2: Anticipated level of involvement of each RPS on this project Factor No.2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED. Evaluation will be based on knowledge of local survey practices, experience in conducting rural or conservation easement boundary surveys, 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 surveyor's report accompanied by a plat identifying a boundary conflict and providing an appropriate conclusion or suggested solution. Subfactor No. 1: Knowledge of local survey practices, records research Subfactor No. 2: Approach used on problems solving Subfactor No. 3: Experience on conducting rural or conservation easement boundary surveys Subfactor No. 4: Review of sample plat and surveyor's report Factor No.3. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED PERFORMANCE TIME. Evaluation will be based on ability to accomplish work orders to completion within performance time specified in the work statement and the ability to add personnel and/or consultants to complete work on time. Subfactor No.1: Equipment list Subfactor No.2: Personnel available / availability Subfactor No.3: Procedures used to ensure deadlines are met - ability to accomplish multiple work order to completion within performance time. Factor No.4. INTERNAL QUALITY CONTROL PROGRAM- evaluation will be based on demonstrated results of eliminating or reducing errors and/or omissions and for carrying forward recommendations, corrections, etc. on subsequent work orders. Factor No.5. PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY. Evaluation will be based on the firms past experience with other government agencies and the private sector in performing similar type requirements in terms of cost control, quality of work, and compliance with performance schedules. References with names and telephone numbers must be provided. Subfactor No.1: Quality of workmanship Subfactor No.2: Customer Satisfaction Subfactor No.3: Timeliness of Performance Factor No.6. LOCATION IN THE GENERAL GEOGRAPHIC AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT AREA. Evaluation will be based on the firm's location to the geographic area for each of the Areas for which they wish to be considered and knowledge of the locality of the Area. For firms outside the general project area(s) provide a plan to provide service in a cost effective manner. Firms must clearly indicate the office location from which the work will be performed. For firms outside of the general project area, provide a plan to provide service in a cost-effective manner. SUBMISSION REQUIREMENTS: Interested firms which meet the requirements described in this announcement are invited to submit an original complete package which includes the SF330, Part I and II attached and additional documentation(s) to address each of the six (6) evaluation factors. To the Attention of the Contracting Officer in accordance with the evaluation criteria above. Request to this announcement, including SF330 and all attachments, shall not exceed twenty-five (25) pages of text for Qualifications. No alteration of the SF30 is permitted. The print size of the response shall be a minimum of 10 point, Time New Roman font, and 8.5" X 11" size paper only, no other size page(s) are allowed. This page limit does not include the cover letter, the front and back cover of the SF330. Offerors shall organize the information so as to highlight responses to the Evaluation Factors. Following an evaluation of the qualifications, performance data submitted, and demonstrated competence necessary for satisfactory performance in accordance with the selection criteria listed in this announcement. One firm that are considered to be the most highly qualified to provide the services required will be chosen for negotiation. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period. The point of contact for this notice is Danny Mandell, Contracting Officer, at phone number (254) 742-9923 or by email at danny.mandell@wdc.usda.gov. This solicitation is a Request for Qualifications (SF 330), only, submission of price quotation/proposal is not required. Submissions must be received at the following address: Attention: Danny Mandell, Contracting Officer, Farm Production and Conservation (FPAC), Section 1 - Northeast Region, 101 South Main Street, Temple, Texas 76501. Submittals are due by 2:00 pm Central Time, March 12, 2019. EMAIL COPIES ARE ALLOWED AND WILL BE ACCEPTED, at danny.mandell@wdc.usda.gov. Only those firms responding in accordance with this announcement will be considered. Firms responding to this announcement before the closing date will be a considered for selection, subject to any limitation indicated with respect to size and geographic location of the firm, specialized technical expertise, or other requirements listed. SAM REGISTRATION: In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Award Management at www.SAM.gov. Firms must have an active status in the System of Award Management (SAM) in order to be awarded a federal contract. You can download the most current Standard Form 330 on this link: http://www.gsa.gov/portal/getSearchResult.action
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »