The RFP Database
New business relationships start here

Cadastral Survey Services


Illinois, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The USDA Forest Service has a requirement for Cadastral Survey Services on the Shawnee National Forest in southern Illinois. This requirement will be procured in accordance with the Brooks Act procedures as described in FAR Part 36.6 for Architect and Engineer Services.


The successful firm will be required to furnish all services, labor, investigations, inspections, tests, studies, surveying equipment, superintendence, travel and incidental supplies as required to perform Cadastral Surveying Services. The Forest Service will supply monuments and blank caps, tablets, posts, signs, red marking paint, and field books.


Work will include surveying and posting the legal property boundaries of land with the National Forest (NF) System. Individual tasks may include, but are not limited to, project records research, notification of adjoining landowners, corner search, monumentation and perpetuation of property corners and controlling corners, and boundary posting or maintenance of previously posted boundary lines. Boundary surveys generally include the retracement of rectangular surveys of the Public Land Survey System (PLSS) and section breakdowns.


The projects performed under this contract will primarily focus on retracement surveys of rectangular PLSS surveys, PLSS section subdivisions, retracement and/or survey of Congressionally Designated Area boundaries such as wilderness and resource natural area boundaries, marking and posting of National Forest boundaries, monumentation of new, obliterated or lost boundary controlling corners, maintenance of previously marked boundary line, general control surveys, preparation of Plats of Survey and Monument Records, Rights of Way and easement surveys, preparation of surveyor's reports, control diagrams, and tract descriptions, and other miscellaneous work incidental to the survey profession.


Areas requiring work are located within the Shawnee National Forest, which encompasses the following Illinois counties: Alexander, Gallatin, Hardin, Jackson, Johnson, Massac, Pope, Pulaski, Saline, Union and Williamson.


The Government anticipates award of one firm-fixed price Indefinite Delivery, Indefinite Quantity contract as a result of this announcement. The period of performance will be for a base period of one year from date of initial award with the option to exercise four (4) additional one year periods. The intent is to have a contract awarded in August 2017.


Individual task orders will be issued against the base contract as program needs arise. The task orders will be individual projects and include a specific statement of work and period of performance. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered.


The awardee will be guaranteed $5,000 worth of work in the base period of the contract. The maximum value of the contract will not exceed $1,000,000 over the potential contract performance period of five years.


Only firms with Professional Surveyor(s) licensed in the State of Illinois will be considered. An Illinois licensed Professional Surveyor must be assigned to each task order. Award of a contract will not restrict the Government from having cadastral surveying services performed by Government employees during the contract period.


Firms qualified and interested in providing Cadastral Surveying Services of the type listed above are hereby invited to demonstrate their qualifications with respect to the evaluation criteria described below through submission of the following:


• SF-330: Architect - Engineer Qualifications
    o Part I, Contract Specific Qualifications
    o Part II, General Qualifications
• Supplemental Narrative
    o Address the evaluation criteria and data requested in items 1-5, below


Selection of a firm for unit price negotiation shall be made through an order of preference using Brooks Act procedures. Evaluation factors 1 through 3 are considered most important and are equal; factors 4 and 5 are of lesser importance and will be used as tiebreakers among technically equal firms. Specific evaluation factors include.


1. Location in the general geographic area of the projects and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.


a. Provide location of headquarters office and/or branch office(s).


i. Greater consideration will be given to firms located within 50 miles of any of the Shawnee National Forest Offices:


Shawnee National Forest Headquarters
50 Highway 145 South
Harrisburg, IL 62946


Hidden Springs Ranger District
602 N. First Street
Route 45 North
Vienna, IL 62995


Mississippi Bluffs Ranger District
521 N. Main Street
Jonesboro, IL 62952


ii. If your firm's office is not located within a 50 mile radius, indicate how you plan to provide services in a cost-effective manner.


b. Provide history of prior survey experience indicating a specific knowledge of prior surveys in or around the Shawnee National Forest in Illinois.


c. Firms should demonstrate professional knowledge of the geographical area of concern, the ability to successfully perform survey projects in the geographic area being proposed, and the ability to logistically handle projects within the geographic area. This includes demonstrated knowledge of the survey history (local and government), knowledge of local survey records access and where they are maintained (recorded and non-recorded) in the geographic area.


2. Professional qualifications necessary for satisfactory performance of required services.


a. Demonstrate a thorough and professional understanding of proper survey methods, laws and procedures to meet State and/or Federal survey requirements.


i. The contract will require that a firm have a Professional Land Surveyor licensed in Illinois to be in charge and responsible for each project.


ii. The Professional Land Surveyor designated as being in charge and responsible must demonstrate cadastral survey experience with a professional, complete and thorough understanding of the technical and legal approaches to the proposed work, as defined by the applicable State standards.


3. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials.


a. Demonstrate specialized experience and technical competence, as evidenced by the successful completion of several PLSS projects.

i. Submit a PLSS plat (suitable for filing in the public record) which identifies a boundary conflict and provides an appropriate resolution.


ii. Provide an example of a monument record involving a monument of the PLSS.


b. Demonstrate an understanding of proper technical procedures, standards, and quality control procedures as shown by knowledge of the following:


i. Knowledge and familiarity with Forest Service boundary posting standards.


ii. Fully describe quality control processes or plans used by the firm and the project management approach to be used to perform survey services and to ensure compliance with contract specifications.


iii. Highlight projects utilizing GPS systems on large PLSS boundary surveys in rural, forested terrain.


c. Demonstrate the ability to provide qualified personnel.


i. Personnel will be evaluated based upon type of experience, professional licensing, knowledge of the PLSS, level of formal education, and amount of continuing education. Greater consideration will be given to those firms who have a minimum of five years experience with service survey contracting, PLSS boundary surveys and firms with highly qualified field survey staff within the geographic area.


ii. Provide resumes of licensed Land Surveyors and key personnel to include all PLSS surveying experience, and any prior Forest Service cadastral survey experience within the last 10 years.


4. Capacity to accomplish the work in the required time.


a. Indicate the capacity to accomplish work in a specific geographical area with the identified personnel and equipment. Firms should demonstrate the ability to provide a sufficient amount of capital, personnel and survey equipment, including survey grade GPS equipment, to successfully complete various sized projects in the required time.


i. Provide a personnel list and equipment list as necessary.


b. If using subcontractors for part of the project work, specify what duties they would perform.


5. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.


a. Demonstrate a successful record of performing similar projects within their allotted contract time. The knowledge of the firm, aided by supporting documentation will be used to determine past similar projects.


The selection criteria listed above needs to be addressed in the appropriate sections of the SF-330 for the prime contractor as well as the proposed team, including all joint venture partners, subcontractors, consultants and free-lance associates.


Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size, geographic locations of firm, specialized technical expertise, or other requirements listed.


Following evaluation of the qualifications and performance data submitted, the Government intends to offer a formal solicitation and enter into negotiations with the highest rated technical offeror. If a mutually agreed to contract cannot be reached, the Contracting Officer will formally terminate negotiations with the highest rated technical offeror and proceed to negotiate with the second highest rated technical offeror.


This acquisition is set aside 100% for small business concerns. The North American Industry Classification Code (NAICS) is 541370 - Surveying and Mapping (except Geophysical) and the size standard is $15.0 million average annual receipts for the preceding three fiscal years.


All interested firms are advised that registration in the System for Award Management database (SAM) is required prior to award of a contract. There is no cost for registration in SAM when registration is completed on the official SAM website (www.sam.gov).


Solicitation packages are not available. This is not a Request for Proposals. Please submit two (2) complete copies of the SF-330 and other required information to USDA, Forest Service; Monongahela National Forest; Attn: Carrie Edwards; 1079 Main Street East; White Sulphur Springs, WV 24986 by 4:00 p.m. EST, May 19, 2017.


Carrie L Edwards, Phone 304-536-2144, Fax 304-536-1897, Email cledwards@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP