Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2004 FBO #1049
MODIFICATION

C -- IDIQ Contract for Geotechnical Services

Notice Date
10/8/2004
 
Notice Type
Modification
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, VA, 20166
 
ZIP Code
20166
 
Solicitation Number
DTFH71-04-R-00010
 
Response Due
10/28/2004
 
Archive Date
3/31/2005
 
Point of Contact
John Stinson, Contract Specialist, Phone (703) 404-6215, Fax (571) 434-1551, - Peggy Schaad, Contract Specialist, Phone 571-434-1596, Fax 571-434-1551,
 
E-Mail Address
john.stinson@fhwa.dot.gov, pschaad@fhwa.dot.gov
 
Description
The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) anticipates awarding one or more Indefinite Delivery, Indefinite Quantity Contracts (IDIQC) for engineering services within the eastern United States. The work will be primarily highway and bridge geotechnical and pavement design services but may include other related work such as geotechnical investigations, pavement investigations, inspections, providing on-site engineering support, construction support, geophysical investigations, etc. The purpose of this procurement is to select one or more firms highly qualified to provide these engineering services. The firm shall have in-house primary services capability. In accordance with Federal Acquisition Regulation (FAR) Clause 52.216-27 Single or Multiple contracts may result from this solicitation. NOTE: NO solicitation package is available, the Statement of Work (SOW) has been attached to this notice for informational purposes only, in order to clarify the Government?s requirements; the complete SOW and Solicitation package will only be issued to the selected firm(s). This procurement is being made under the North America Industry Classification Code 541360 and is open to all business concerns. If any large businesses are selected, they shall comply with Federal Acquisition Regulations Part 19 regarding the requirement for a small business sub-contracting plan. The proposed length of the IDIQC will be for one base year period and with four (4) one-year option periods. Architect Engineering (A/E) procedures will be used to select a firm(s), which must be capable of providing the required geotechnical services, either independently or in conjunction with subcontractors. To be eligible for contract award a firm must be registered in the Central Contractor Registration (CCR), register via the CCR Internet site at http://www.ccr.gov All work must be performed or approved by a registered Professional Engineer. The firm(s) will be selected based on data contained in the Standard Form 330. Selection will be based on the following criteria: All electronic plans and specifications must be in Microsoft Office (Word, Excel, etc.), Microstation and GEOPAK software. Familiarity with the FHWA is desired and AASHTO policies are required. Pre-selection and selection will be based on the following criteria with special consideration given to firms showing sensitivity to environmental and aesthetic aspects of highway design: (1) Professional qualifications necessary for satisfactory performance; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government, State, or County agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Include any awards received within the last 5 years along with references that include Point of Contact and phone number; (5) Location in the general geographical area of the project and knowledge of the locality of the project; (6) Percent of minorities and women, by general work classification, for the office shown on the SF 330. Note that criteria (1) through (4) are of equal importance, while criteria (5, 6) is of lesser importance. Although this solicitation is open to all firms, the following is provided for minority, women, and disadvantaged business enterprises only: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. The successful firm(s) will be awarded an IDIQC based solely on data contained in the SF-330, references, and interviews of pre-selected firms. Once the interviews are completed, the Government will select the one or more firms to negotiate an IDIQC with. Upon the successful completion of the negotiations with the selected firm(s) an IDIQC will be awarded. All Task Orders issued under this IDIQC will be firm-fixed price. The individual Task Orders will be negotiated and issued based upon the terms of the IDIQC when services are required for a specific project(s). The minimum guaranteed contract amount is $3,000 per year, and the estimated maximum total contract amount is $5,000,000. Interested firms having the capabilities for this work are invited to submit Part I of the SF-330 for the prime and/or joint venture firm, and a Part II of the SF-330 for each member of the proposed team or subcontractors, by addressing a transmittal letter to the office shown. Joint Ventures must also submit a copy of the Joint Venture Agreement. The SF-330 should be completed per the instructions on the form and may be expanded, if necessary, to address the selection criteria fully. Submittals are due on October 28, 2004 at 2:00 p.m. local time; send eight (8) copies of the submittals to: Federal Highway Administration Attn: John R. Stinson 21400 Ridgetop Circle Sterling, VA 20166. Clearly label the envelope with reference to DTFH71-04-R-00010 in a prominent location. All firms will be notified of the results approximately 45 days after the closing date.
 
Place of Performance
Address: Within entire EFLHD Area of Responsibilty. See EFLHD website for map of area at the following web address: http://169.135.228.200/index.htm. Note: The Virgin Islands & Puerto Rico could also included in this area.
Country: US
 
Record
SN00691829-W 20041010/041009084849 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.