Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

Y -- Forest Service Roads, Daniel Boone National Forest

Notice Date
1/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
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
DTFH71-05-R-00002
 
Response Due
3/2/2005
 
Description
The Government is revising the original solicitation that was issued on 12/28/04 and replacing it with the following synopsis: Qualification Statements from all business concerns will be accepted for the Daniel Boone National Forest Project Number KY-PLH 56(1),781(1) The project is located in the Daniel Boone National Forest in Laurel County, Kentucky. The project consists of roadway reconstruction and safety improvements for the existing Cold Hill and Fish Trap Roads, including a Reinforced Soil Slope, reinforced with geogrid, constructed in the fill slope from Station 203+50 to 209+00. The project is expected to fall within the price range of $1,000,000 to $5,000,000. Award will be made to an offeror whose technical submittal and price proposal contain the combination of the technical qualifications and price that offers the best value to the Government. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. Questions can be emailed to eflhd.contracts@fhwa.dot.gov. Requests must include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. PLEASE NOTE Background and Evaluation Criteria: The Government will award to the lowest priced/technically acceptable responsible offeror. The Contracting Officer will evaluate all proposals for technical acceptability. Note: Competing technical proposals will be evaluated against the solicitation requirements; they are not compared with each other. The technical factor described below will be rated on a pass/fail basis, and the must receive a passing score for an offeror's proposal to receive further consideration. Evaluating each responsive proposal and comparing the results of that evaluation against the technical requirements specified in this solicitation will determine technical acceptability. Request for Proposal (RFP) Submittals: Interested firms/teams will submit a qualification statement that is based on the evaluation criteria established in this notice. The Qualification Statements will be no more than 10 single-sided pages, in 12 pitch and single-spaced. Double sided pages are not acceptable. Please submit pricing information in a separate envelope. Send six (6) copies of the completed submittals to the following address: Federal Highway Administration Eastern Federal Lands Highway Division 21400 Ridgetop Circle Sterling, VA 20166 Attn: Ms. Wanda Peffer Questions concerning this project may be directed to Mrs. Deborah Ranciato at 703-404-6287. The RFP must be received no later than 2:00 p.m. on March 2, 2005 in order to be considered for further evaluation. JOINT VENTURE (J/V) DOCUMENTATION HAS TO BE COMPLETED AND SUBMITTED PRIOR TO CONTRACT AWARD. Evaluation Factors/Criteria: Special Note: Price and all technical factors are equal. (50% Price and 50% technical) (1) Price (2) Past performance, experience and technical competence: List 3 recent projects indicating past performance, experience and technical competence in constructing geogrid Reinforced Soil Slopes. List a minimum of three (3) recent, relevant projects similar in complexity and magnitude to the Reinforced Soil Slope construction of the Kentucky Cold Hill Road/Fish Trap Road Project. In addition, provide a customer/owner point of contact, phone number, and e-mail address if available. Within the last ten years, has your firm ever been, or proposed to be, suspended, debarred, or determined non-responsible, based upon an allegation of unsatisfactory performance or fraud? Within the last ten years, has your firm ever had a contract terminated for any reason either as a prime or subcontractor? This also applies to a partner in a joint venture. Within the last ten years, has your firm ever filed a claim relative to the construction of a roadway facility for (1) a default termination, (2) the imposition of liquidated damages, (3) a termination for convenience that adversely affected your firm, or (4) any damages caused by the owner?s determination that you did not perform in a timely, safe, or contractual manner. The Government will review and evaluate each firm?s (offeror) documented past performance and will rate them as acceptable or unacceptable. By acceptable past performance, the Government means that the offeror has a good reputation for satisfying its customers and delivering quality work in a timely manner at a reasonable cost. Acceptable past performance also means the firm has a reputation of integrity, reasonable and cooperative conduct, and commitment to customer satisfaction. In reviewing and evaluating an offeror?s past performance, the Government will consider information obtained from the firm, and may consider information obtained from other sources. This includes past and present customers and their current and former employees; past and present subcontractors and their current and former employees; current and former employees of the firm; federal, state and local government agencies (including court records), and private consumer protection organizations. Offerors are strongly encouraged to provide information on problems encountered on identified contracts and annotate the firm?s corrective action taken. The Government will evaluate past performance information and will rate the firms as pass or fail. In the event that a firm does not have a record of relevant past performance, or information on past performance is not available, the firm will not be evaluated favorable or unfavorably on this technical evaluation factor. Rather the offeror will be given a neutral rating. In accordance with FAR clause 252.215-1, Instructions to Offerors-Competitive Acquisition (MAR 2001), the Government will award after evaluations are completed, unless the Contracting Officer determines that discussions are necessary. Due to changes in the Federal Acquisition Regulations (FAR) that adds the Annual Representations and Certifications FAR 52.204-8 (Jan 2005), the Representations and Certifications must be filled-in online at http://orca.bpn.gov/. The required Annual Form Vets-100 must also be filled-in online at http://vets100.cudenver.edu/ per FAR 52.222-37. Contractors are not eligible for award unless these requirements are satisfied. IMPORTANT: SUBCONTRACTING PLANS REQUIREMENT A subcontracting plan is required from all ?other than Small Business? when the project is expected to exceed $500,000 ($1,000,000 for construction) [FAR 19.702]. The Contracting Officer, Contracting Officer Technical Representative and Small Business Specialist are responsible for approving a reasonable and realistic plan [FAR 19.705-4] [TAM 1219.201(e)(6)]. Legislated subcontracting goals are as follows: 5% Small Disadvantaged Business; 5% Small women-owned Business Concern, 3% Small Disadvantaged Veteran-owned Small Business. A copy of each subcontracting plan (or contractor statement) must be provided to the Office of Small Disadvantaged Business Utilization prior to award of contract. [TAM 1219.705-5 and ?6].
 
Place of Performance
Address: Laurel County, Kentucky
 
Record
SN00741991-W 20050130/050128211855 (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.