Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Cadastral Surveying

Solicitation Number: AE-R2-0002
Agency: Department of Agriculture
Office: Forest Service
Location: R-2 Rocky Mountain Region
  • Print
:
AE-R2-0002
:
Presolicitation
:
Added: Jan 21, 2009 4:41 pm
______________________________________________________________________



U.S. Department of Agriculture, Forest Service

Solicitation for

Professional Surveying Services

_______________________________________________________________________





The U.S. Department of Agriculture, Forest Service, Rocky Mountain Region has an opportunity for qualified firms interested in providing Professional Surveying Services over the next five years. It is anticipated that multiple contract(s) will be awarded to provide Professional Surveying Services in the states of Colorado, Kansas, Nebraska, South Dakota and Wyoming. This work may include, but is not limited to: boundary surveys, rights-of-way surveys, topographic surveys, control surveys, and engineering surveys. The estimated starting date for the contract(s) is 1 April 2009.



The involved National Forests have been divided into geographic areas called "Zones", it is anticipated a separate contract will be awarded for each Zone. Firms submitting proposals must identify the Zone or Zones for which they wish to be considered, and must employ a State Licensed Land Surveyor in the state the Zone encompasses. Since Zone 5 includes a three state area, licensure will only be required in one of the three states; however task orders will only be awarded to firms qualified by licensure in the state where the work is. Firms must be licensed in all States where the zone(s) are located, if bidding on more than one zone.





These geographic "Zones" are defined as follows:



Zone 1: Grand Mesa/Uncompahgre/Gunnison, White River, Rio Grande, San Juan and Routt National Forests (CO)



Zone 2: Pike and San Isabel, and Arapaho and Roosevelt National Forests, Pawnee and Comanche National Grasslands (CO)



Zone 3: Medicine Bow, Big Horn, Shoshone National Forests and Thunder Basin National Grasslands (WY)



Zone 4: Cimarron National Grasslands (KS)



Zone 5: Black Hill National Forest (WY & SD), Buffalo Gap and Ft. Pierre National Grasslands and the Nebraska and Samuel R. McKelvie National Forests and the Oglalla National Grasslands (NE)







Type of Contract(s)



The Forest Service anticipates the award of multiple Architect-Engineer (A-E) based, Indefinite Delivery, Indefinite Quantity contract(s) There will be a base year of 12 months, and an option to extend the contract up to four additional one-year periods (not exceeding five years total). The estimated start date for the referenced IDIQ contracts is on or about April 1, 2009. Task orders issued under the basic contracts will include a specific statement of work and will be negotiated as individual projects. The cumulative total of all task orders issued under each contract cannot exceed $2,000,000 for each one-year performance period with a minimum price guarantee for each contract awarded of $2,500.00, and is guaranteed for the base year of the contract only. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee.



Type of Work



This work may involve surveying and posting the legal property boundaries of National Forest System Lands. Tasks may include but are not limited to: project records research, notification of adjoining land owners, 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 Homestead Entry Surveys, Mineral Surveys, rectangular surveys of the Public Land Survey System, and section breakdowns. It is also anticipated that task orders can be awarded for right-of-way surveys, topographic surveys, planimetric/site surveys, control surveys, mapping and platting.



Firms qualified and interested in providing professional surveying services of the type listed above are hereby invited to submit Form SF-330.



Firms submitting proposals will be evaluated on the following basic qualifications and specific qualifications.



Basic Qualifications Evaluation:





*NOTE: Basic Qualifications and Specific Qualifications are approximately equal in weight.



This group of evaluation criteria will be rated in descending order of precedence



1.Firm should demonstrate a thorough and professional understanding of proper

survey methods, laws and procedures to meet State and/or Federal survey requirements. Firm shall designate a Registered Land Surveyor or Registered Land Surveyors to be in charge and responsible for projects within the Zone(s).



2.Firm(s) should demonstrate the ability to provide qualified personnel. Personnel will be evaluated based upon type of experience, professional licensing, knowledge of the PLSS, level of formal education, and amount of continuing education including the Certified Federal Surveyor Program. Greater consideration will be given to those firms who have a Professional Surveyor licensed within the Zone State that have a minimum of five years experience with surveys of the PLSS within the geographic area(s).



The Registered Land Surveyor/Registered Land Surveyors 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 and the 1973 BLM Manual of Surveying Instructions for Surveys of the Public Lands.



Provide resumes of licensed Land Surveyors and key personnel to include all PLSS surveying experience, and any prior BLM and/or U.S. Forest Service cadastral survey experience as an employee or contractor, for the last 5 years. Any actions and /or stipulations from the State Board for Licensure for Professional Engineers, Architects, and Land Surveyors for past 3 years will be evaluated.



3.Firm 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. Greater consideration will be given for the amount of successfully completed previous Government contracts over $25,000.00; the ability to provide an adequate amount of qualified personnel to complete projects within scheduled parameters; the ability to fully equip personnel, and the flexibility to supply additional qualified personnel.



4.Firm(s) should demonstrate professional knowledge of the geographical area(s) of concern, the ability to successfully perform survey projects in the geographic area(s) being proposed, and the ability to logistically handle project(s) if awarded contracts in more than one 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 or non-recorded), in the geographic area. Greater consideration will be given to firms located in, or within 100 miles of the perimeter of, the geographic area for which they wish to be considered.



5.Firm(s) should fully describe the quality control processes or plan used by the firm and the project management approach to be used to perform survey services and to insure compliance with contract specifications.







Agency Specific Qualifications



This group of evaluation criteria will be rated in descending order of precedence.





1.Firms shall submit copies of three public lands (cadastral) type survey plats i.e. Mineral Surveys, PLSS retracement, section sub-division (or similar). One of the survey plats must be for a section subdivision survey, in addition, one topographic survey map, and two corner certifications (if applicable in your state) involving public lands survey monuments.



2.Firm shall submit a 1-2 page narrative that demonstrates and discusses the following specialized topics:



a.Specialized experience and technical competence in the following areas: completing PLSS surveying projects in rural or rural/urban interface areas according to the Manual of Surveying Instructions, 1973; geodetic aspects of the PLSS datum; obtaining azimuths by use of GPS and solar observations, conducting real-time kinematic and static and rapid (fast)-static GPS surveys in rugged mountainous terrain; least squares network adjustments of both GPS and conventional survey data; all PLSS computations: the use of OPUS procedures and the use of GPS and conventional methods combined.

b.The procedures used to complete previous public lands surveys, especially those that involve unusual survey procedures.

c.The approach used on previous surveys to resolve problems resulting from conflicting evidence, especially those involving the use of collateral evidence and lost or obliterated corners.

d.Discuss the use of modern survey technologies such as GPS, and how it was applied both technically and logistically to accomplish project work relative to the retracement of the PLSS or similar projects.

e.Describe in detail the use of GPS technology to resurvey and mark and post boundary lines in a timbered environment and the combined use of conventional (total stations) and GPS.





**There will be a ten day email question period for all offerors. Questions must be received not later than 4:00 pm, Mountain Time, February 2, 2009, addressed to kroegner@fs.fed.us Questions and answers will be posted on fedbizopps as soon as practicable.



Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, or specialized technical requirements. Following an evaluation of the basic and specific qualifications, firms deemed the best qualified to provide the type of services required will be chosen for negotiations in each Zone or Zones.



**Do not submit any pricing information until requested to do so. Selection of firms for negotiations shall be made through an order of preference based on demonstrated competence, qualifications and evaluation criteria necessary for the satisfactory performance of the type of professional services proposed. (Federal Agencies select firms for A-E contracts on the basis of professional qualifications as required by the Brooks A-E Act (40 U.S.C. 1101-1104) and Part 36 of the Federal Acquisition Regulation (FAR).)



This acquisition is not set-aside and is unrestricted for full and open competition. Firms that have the qualifications to perform the services described above and wish to be considered for these contracts should submit four copies of Standard Form (SF) 330, parts I and II, as well as responses to the qualification / evaluation criteria outlined above; Please include your DUNS, CAGE, TIN. Copies of the SF 330 part II are also required for sub-consultants or joint firms in accordance with SF 330 instructions. This synopsis is the only notification that is required or that will be made for this acquisition. Failure to submit a package with all required documentation outlined in this synopsis may result in disqualification of the firm. Offerors are informed that the SF 254/SF 255 are no longer permissible and will not be considered in response to this announcement.



All documentation will be in a bound 8 x 11 format, developed and assembled in a manner that chronologically corresponds to and addresses the Qualification/Evaluation criteria. The submittal should consist of no more than ten projects. This entire proposal should not exceed 60 double-sided pages, meaning 60 sheets with data on both sides for a total of 120 data sheets, not to include covers and dividers. Submissions received via e-mail or facsimile will NOT be considered. Registration in Online Representations and Certifications Application (ORCA) is required to be considered for this acquisition (http://www.bpn.gov).



Responses must be received not later than 4:00 pm, Mountain Time, February 23, 2009. Send four copies of your submittal to USDA Forest Service, Rocky Mountain Region; Attention Kirk Roegner, Contracting Officer, 740 Simms Street, Golden, CO 80401-4720. The North American Industry Classification Code is 541370 and the size standard is $4.5 million. This is not a request for proposal.









Added: Jan 27, 2009 1:02 pm
- Change the email question and answer period cut-off date from February 2, 2009 to February 6, 2009.



- Change the offeror package due date from not later than 4:00 pm, Mountain Time, February 23, 2009, to not later than 4:00 pm, Mountain Time, February 27, 2009.



- Replace the entire original solicitation in its entirety, and replace the original with the copy that is identified and provided below. ***Do not use or follow any instructions in the previous solicitation text.***





NEW SOLICITATION TEXT:



______________________________________________________________________



U.S. Department of Agriculture, Forest Service

Solicitation v.2 for

Professional Surveying Services

_______________________________________________________________________





The U.S. Department of Agriculture, Forest Service, Rocky Mountain Region is hereby soliciting for qualified firms interested in providing Professional Surveying Services over the next five years. It is anticipated that multiple contract(s) will be awarded to provide Professional Surveying Services in the states of Colorado, Kansas, Nebraska, South Dakota and Wyoming. This work may include, but is not limited to: boundary surveys, rights-of-way surveys, topographic surveys, control surveys, and engineering surveys. The estimated starting date for the contract(s) is 1 April 2009.



The involved National Forests have been divided into geographic areas called "Zones", it is anticipated a separate contract will be awarded for each Zone. Firms submitting proposals must identify the Zone or Zones for which they wish to be considered, and must employ a State Licensed Land Surveyor in the state the Zone encompasses. Since Zone 5 includes a three state area, licensure will only be required in one of the three states; however task orders will only be awarded to firms qualified by licensure in the state where the work is. Firms must be licensed in all States where the zone(s) are located, if bidding on more than one zone.



Specific to Zone 5 which includes a three state area (South Dakota, Nebraska and a small portion of Wyoming) is segregated into 3 sub zones. Sub zones are: 5a South Dakota; 5b Wyoming (Black Hills NF only) and 5c Nebraska. Firms may bid on Zone 5 as a whole or on one or more of the sub zones. Firms must be licensed in the State(s) if bidding on more than one sub zones or in all States if bidding on Zone 5 as a whole.



These geographic "Zones" are defined as follows:



Zone 1: Grand Mesa/Uncompahgre/Gunnison, White River, Rio Grande, San Juan and Routt National Forests (CO)



Zone 2: Pike and San Isabel, and Arapaho and Roosevelt National Forests, Pawnee and Comanche National Grasslands (CO)



Zone 3: Medicine Bow, Big Horn, Shoshone National Forests and Thunder Basin National Grasslands (WY)



Zone 4: Cimarron National Grasslands (KS)



Zone 5: Black Hill National Forest (WY & SD), Buffalo Gap and Ft. Pierre National Grasslands and the Nebraska and Samuel R. McKelvie National Forests and the Oglalla National Grasslands (NE)





Type of Contract(s)



The Forest Service anticipates the award of multiple Architect-Engineer (A-E) based, Indefinite Delivery, Indefinite Quantity contract(s) There will be a base year of 12 months, and an option to extend the contract up to four additional one-year periods (not exceeding five years total). The estimated start date for the referenced IDIQ contracts is on or about April 1, 2009. Task orders issued under the basic contracts will include a specific statement of work and will be negotiated as individual projects. The cumulative total of all task orders issued under each contract cannot exceed $2,000,000 for each one-year performance period with a minimum price guarantee for each contract awarded of $2,500.00, and is guaranteed for the base year of the contract only. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee.



Type of Work



This work may involve surveying and posting the legal property boundaries of National Forest System Lands. Tasks may include but are not limited to: project records research, notification of adjoining land owners, 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 Homestead Entry Surveys, Mineral Surveys, rectangular surveys of the Public Land Survey System, and section breakdowns. It is also anticipated that task orders can be awarded for right-of-way surveys, topographic surveys, planimetric/site surveys, control surveys, mapping and platting.



Specific to Zone 5 which includes a three state area (South Dakota, Nebraska and a small portion of Wyoming) is segregated into 3 sub zones. Sub zones are: 5a South Dakota; 5b Wyoming (Black Hills NF only) and 5c Nebraska. Firms may bid on Zone 5 as a whole or on one or more of the sub zones. Firms must be licensed in the State(s) if bidding on more than one sub zones or in all States if bidding on Zone 5 as a whole.



Firms qualified and interested in providing professional surveying services of the type listed above are hereby invited to submit Form SF-330.



Firms submitting proposals will be evaluated on the following basic qualifications and specific qualifications.









*NOTE: Basic Qualifications and Specific Qualifications outlined in the narrative below are approximately equal in weight.



How to be Considered - Basic Qualifications Evaluation

This group of evaluation criteria will be rated in descending order of precedence





1. Firm should demonstrate a thorough and professional understanding of proper

survey methods, laws and procedures to meet State and/or Federal survey requirements. Firm shall designate a Registered Land Surveyor or Registered Land Surveyors to be in charge and responsible for projects within the Zone(s).



2. Firm(s) should demonstrate the ability to provide qualified personnel. Personnel will be evaluated based upon type of experience, professional licensing, knowledge of the PLSS, level of formal education, and amount of continuing education including the Certified Federal Surveyor Program. Greater consideration will be given to those firms who have a Professional Surveyor licensed within the Zone State that have a minimum of five years experience with surveys of the PLSS within the geographic area(s).



The Registered Land Surveyor/Registered Land Surveyors 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 and the 1973 BLM Manual of Surveying Instructions for Surveys of the Public Lands.



Provide resumes of licensed Land Surveyors and key personnel to include all PLSS surveying experience, and any prior BLM and/or U.S. Forest Service cadastral survey experience as an employee or contractor, for the last 5 years. Any actions and /or stipulations from the State Board for Licensure for Professional Engineers, Architects, and Land Surveyors for past 3 years will be evaluated.



3. Firm 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. Greater consideration will be given for the amount of successfully completed previous Government contracts over $25,000.00; the ability to provide an adequate amount of qualified personnel to complete projects within scheduled parameters; the ability to fully equip personnel, and the flexibility to supply additional qualified

personnel.



4. Firm(s) should demonstrate professional knowledge of the geographical area(s) of concern, the ability to successfully perform survey projects in the geographic area(s) being proposed, and the ability to logistically handle project(s) if awarded contracts in more than one 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 or non-recorded), in the geographic area. Greater consideration will be given to firms located in, or within 100 miles of the perimeter of, the geographic area for which they wish to be considered.



5. Firm(s) should fully describe the quality control processes or plan used by the firm and the project management approach to be used to perform survey services and to insure compliance with contract specifications.



Agency Specific Qualifications

This group of evaluation criteria will be rated in descending order of precedence.





1. Firms shall submit copies of three public lands (cadastral) type survey plats i.e. Mineral Surveys, PLSS retracement, section sub-division (or similar). One of the survey plats must be for a section subdivision survey, in addition, one topographic survey map, and two corner certifications (if applicable in your state) involving public lands survey monuments.



2. Firm shall submit a 1-2 page narrative that demonstrates and discusses the following specialized topics:



a. specialized experience and technical competence in the following areas: completing PLSS surveying projects in rural or rural/urban interface areas according to the Manual of Surveying Instructions, 1973; geodetic aspects of the PLSS datum; obtaining azimuths by use of GPS and solar observations, conducting real-time kinematic and static and rapid (fast)-static GPS surveys in rugged mountainous terrain; least squares network adjustments of both GPS and conventional survey data; all PLSS computations: the use of OPUS procedures and the use of GPS and conventional methods combined.

b. The procedures used to complete previous public lands surveys, especially those that involve unusual survey procedures.

c. The approach used on previous surveys to resolve problems resulting from conflicting evidence, especially those involving the use of collateral evidence and lost or obliterated corners.

d. Discuss the use of modern survey technologies such as GPS, and how it was applied both technically and logistically to accomplish project work relative to the retracement of the PLSS or similar projects.

e. Describe in detail the use of GPS technology to resurvey and mark and post boundary lines in a timbered environment and the combined use of conventional (total stations) and GPS.



**There will be a ten day email question period for all offerors. Questions must be received not later than 4:00 pm, Mountain Time, February 6, 2009, addressed to kroegner@fs.fed.us Questions and answers will be posted on fedbizopps as soon as practicable.



Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, or specialized technical requirements. Following an evaluation of the basic and specific qualifications, firms deemed the best qualified to provide the type of services required will be chosen for negotiations in each Zone or Zones.



**Do not submit any pricing information until requested to do so. Selection of firms for negotiations shall be made through an order of preference based on demonstrated competence, qualifications and evaluation criteria necessary for the satisfactory performance of the type of professional services proposed. (Federal Agencies select firms for A-E contracts on the basis of professional qualifications as required by the Brooks A-E Act (40 U.S.C. 1101-1104) and Part 36 of the Federal Acquisition Regulation (FAR).)



This acquisition is not set-aside and is unrestricted for full and open competition. Firms that have the qualifications to perform the services described above and wish to be considered for these contracts should submit four copies of Standard Form (SF) 330, parts I and II, as well as responses to the qualification / evaluation criteria outlined above; Please include your DUNS, CAGE, TIN. Copies of the SF 330 part II are also required for sub-consultants or joint firms in accordance with SF 330 instructions. This synopsis is the only notification that is required or that will be made for this acquisition. Failure to submit a package with all required documentation outlined in this synopsis may result in disqualification of the firm. Offerors are informed that the SF 254/SF 255 are no longer permissible and will not be considered in response to this announcement.



All documentation will be in a bound 8 x 11 format, developed and assembled in a manner that chronologically corresponds to and addresses the Qualification/Evaluation criteria. The submittal should consist of no more than ten projects. This entire proposal should not exceed 60 double-sided pages, meaning 60 sheets with data on both sides for a total of 120 data sheets, not to include covers and dividers. Submissions received via e-mail or facsimile will NOT be considered. Registration in Online Representations and Certifications Application (ORCA) is required to be considered for this acquisition (http://www.bpn.gov).



Responses must be received not later than 4:00 pm, Mountain Time, February 27, 2009. Send four copies of your submittal to USDA Forest Service, Rocky Mountain Region; Attention Kirk Roegner, Contracting Officer, 740 Simms Street, Golden, CO 80401-4720. The North American Industry Classification Code is 541370 and the size standard is $4.5 million. This is not a request for proposal.







Added: Feb 12, 2009 2:38 pm
Forest Service A-E IDIQ – Synopsis Number AE-R2-0002, Amendment 0002



Synopsis Adjustments, Questions and Answers



The Contracting Officer is issuing amendment two to Synopsis AE-R2-0002. This amendment is to clarify, add to, or adjust some portions of the synopsis.







1.) Question: Per Solicitation Number: AE-R2-0002, I have two questions:



1. Is this a small business set aside?

2. Is this a request for proposal?



Answer: No, as stated in the synopsis (synopsis, not solicitation) this is full and open, not a small business set-aside. This is not a request for proposal.



2.) Question: Under Agency Specific Qualifications are interested firms required to have experience with Mineral Surveys to be considered, as mentioned by example in Criteria #1? Answer: Yes, except for Nebraska and Kansas where there are no mineral surveys.



Criteria 2(a): Is the interested firm required to have experience with obtaining azimuths by solar observations, worked in mountainous terrain and use of OPUS procedures? Answer: Yes, firms are expected to be fully qualified to perform all aspects for land surveying including conventional methods and GPS.



Criteria 2(e): Is the interested firm required to have experience working in a timbered environment? Answer: Yes, The work requested is in the National Forests where timber is the primary vegetation which affects the work environment.



3.) Question:



After reviewing the subject synopsis we have the following questions/clarifications we would appreciate your feedback on:



1. Please clarify that you are requiring that firms have State Licensed Surveyors in the various States listed by Zone only and that you are not requiring these State Licensed Surveyors to live in and/or have offices in these States as well. Answer: In order to perform surveys in the particular zone the firm must have a State Licensed surveyor perform the work. The FS does not require the firm to have an office in the state unless this conflicts with State Board requirements regarding firms practicing within the State. If that is the case then the firm would have to have an office in the State. Firms which are located in or within 100 miles of the perimeter are given more consideration during the evaluation process (see the solicitation)



2. If a firm decides it wants to be considered for more than one Zone or all Zones. Answer: A firm may apply for one or more zones, however licensing requirements must be met and again having an office within 100 miles of the perimeter or in the zone greater consideration is given.

This would mean that it could be chosen for one or more of the Zones it requested this consideration. Answer: Yes that is a possibility if qualified in more than one zone.

It would not be a situation where you would be chosen for all you requested to be considered in or none at all. Answer: Firms are evaluated for each zone in which they have applied as well as on the overall. So each zone carries the same weight regardless or not if the firm has applied for all. They are not disqualified for proposing on more than one zone, they must be qualified in each.



3. Please confirm that the page limit includes resumes and example plats. Answer: The 60 double sided page limit includes resumes and example plats.



4.) Question:

Has the USDA, Forest Service, utilized private surveyor(s) in the past 10 years to accomplish survey needs in the 5 Zones? Answer: Yes, except in Nebraska

Were there contract(s) vehicles in place during the last 10 years similar to the subject solicitation? Answer: Yes

If so, please quantify by Zone:

1. Number of survey contracts? Answer: One contract per zone in the past, but could be one contract for multiple zones

2. Dollar value of surveys by year? Answer: it varies from year to year, usually greater than $100,000 per year

3. Names of Contractors? Answer: Not available at this time.

Will the USDA, Forest Service, issue more than 1 contract per Zone? Answer: It is possible, but unlikely.

5.) Question:



The notice says everything should be presented on 8˝” x 11” sheets. Does this include the maps of the example projects you are requesting? Can the maps be full size and folded and inserted in a pouch that is bound in the proposal? Answer: Yes, folded is an acceptable format.



We have a teaming agreement with a firm in Colorado that could propose on several zones. Will the selection team look more favorably on a larger team that could work in several zones or on a small team that could cover on zone very well? We are trying to determine if it would be in our best interest to team up and propose on a larger area, or stay smaller and propose on just one area. Answer: There isn’t a preference one way or another regarding team size and number of zones covered.



6.) Question: It is clear in the "Agency Specific Qualifications" that the solicitation is asking for a separate narrative on the listed topics as well as map copies. Should firms also submit a separate narrative and separate resumes for the "Basic Qualifications" items, or is it intended for this information be included within the Standard 330 Form? Answer: You need to address Basic Qualifications , this is part of how you will be evaluated; offerors are free to provide as much or as little information as they deem appropriate within established page limits. SF 330's are required; we are aware there is some overlap between Basic Qualifications and the SF 330. Failure to include a response to Basic Qualifications Evaluation Factors will be disqualified.



7.) Question: Do all of the zones use the same Cad platform? If so, what platform is used? Answer: Yes, or they have the ability to read .dwg or .dxf files. Is there a preferred earthwork and coordinate geometry package? i.e. Geopak, Inroads, or Civil3D. The contractor may use whatever COGO package they prefer. If we decide to submit a proposal for more than one zone, how will the proposal be scored. Will it be the same score applied to each zone, or will we get a different score that is based on how strong we are in each particular zone? Answer: All proposals for each zone are evaluated based on the qualification of the submitting firm. The firm will receive a rating and will be used in all zones for which they applied for. I didn't see any requirement for disadvantage business enterprise (8a Company) for a certain percentage of the work. Will extra points be awarded for utilizing an 8a company?



8.) Question; In clarifying that 'Firms must be licensed in the State(s) if bidding on more than one sub zones or in all States if Bidding on Zone 5 as a whole.' When you state 'Firms must be licensed' are you referring to the 'surveyor' being licensed in that zone? Answer: A firm which is proposing for a zone, multiple zones or a sub zone as in Zone 5. The Surveyor responsible for the work must be licensed as a Registered Professional Land Surveyor in the State or States in which the zone is located.



9.) Question:



in your synopsis you make mention of many of the items addressed in the SF330. Are you listing these items to make certain they are included in our SF330 or do you wish to have a broader view included per item in documentation outside of the SF330? If so would you like these in an individual narrative format? Answer: Firms must complete the SF330 form, and they must answer the Basic Evaluation Criteria, and the Specific Evaluation Criteria, there is a requirement for a narrative under the Specific Criteria. If a firm desires to add more in a narrative that is acceptable.



(i.e. resume for surveyor in charge to include. . . Are you specifying information you wish to be within their SF330 resume or would you like a more detailed and explicit resume sent of the individual? Answer: Firms are expected to submit in the SF330 the requested information and if necessary a detailed resume of the State Registered Land Surveyor in responsible charge of the requested work and who will be the signing land surveyor.



10.) Question: Does each firm of the proposed team (prime and sub-contractor) need to provide items 1 and 2 as separate firms under the Agency Specific Qualifications? Or, as a team (prime with subcontractors), should the proposal have a single item 1 & 2 encompassing both prime & all subcontractors? Answer: If a firm is proposing to use a subcontractor as part of their proposal, then the primary firm and the subcontractor must both submit a full package as to their qualifications. The subcontractor must meet all the qualifications as would any of the perspective firms.

:
740 Simms Street
Regional Office
Golden, Colorado 80401
:
740 Simms
Golden, Colorado 80401
United States
:
Kirk Roegner,
Contracting Officer
Phone: 3032755288