Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

B -- Rockery Wall Design and Construction Guidelines

Notice Date
8/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-05-Q-0001
 
Response Due
8/17/2005
 
Archive Date
9/1/2005
 
Description
The Federal Lands Highway Division of the Federal Highway Administration is the primary road-builder for the National Park Service, Forest Service, Wildlife Refuges, and several other government agencies. The roads constructed or rehabilitated by Federal Lands are generally low to medium volume roads. Rockery walls also known as Dry Stack walls are gravity walls that typically use rough onsite rocks stacked in an interlocking fashion with no mortar, concrete, or steel to retain cut or fill slopes. They are non-invasive and inexpensive wall types, and aesthetically they blend well into natural settings. A rationally based and tested design procedure is needed to provide designers and owners with the confidence that these structures can be used in modern highway engineering. Additionally, since these walls are assembled in-place in the field with local materials, appropriate construction materials, procedures, documentation and contract language needs to be established. Major tasks required are as follows: Review Standard of Design and Construction Practice and of Performance of Existing Walls; Prepare Design Guidelines; Prepare Construction and Maintenance Guidelines; Prepare A Final Report and an Implementation Plan. For a complete SOW that includes deliverables, period of performance, pricing, and evaluation factors, visit our web site at http://www.cflhd.gov/. Click on the Procurement Tab, Current Solicitations, Solicitations-Other. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DTFH68-05-Q-00001 is advertised on an unrestricted basis and will be awarded as a firm fixed-price contract. The Government estimate is not to exceed $80,000.00. The NAICS Code is 541990, small business size standard is $6.0 million in average annual receipts. The following Federal Acquisition Regulation (FAR) Provisions and Clauses in effect through Federal Acquisition Circular FAC 2005-02, dated July, 2005, are applicable to this procurement: 52.212-1, Instructions To Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items including subparagraphs (b) (1), (7), (14), (15), (16), (17), (18), (19), (20), (25), (26), (31), and (c) (1), (2) and (3) which are applicable to commercial services. The offeror shall submit with their proposal a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. This procurement also includes FAR 52.212-2, Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, technical, and other factors considered. The technical evaluation factors are explained on page 7 of the SOW and when combined are more important than price. Submit two complete copies of your proposal to John Hunt, Federal Highway Administration, Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO 80228. Proposals are due on August 17, 2005 at 2:30 PM, Mountain Time Zone. Proposals submitted by email or fax will not be accepted. Questions concerning this solicitation shall be in writing and may be sent by sent via fax to (720) 963-3360 or to john.hunt@fhwa.dot.gov. The Government shall not pay for any costs associated with the preparation of the proposal.
 
Place of Performance
Address: 12300 West Dakota Avenue, Lakewood, CO
Zip Code: 80228
Country: USA
 
Record
SN00861265-W 20050805/050803211953 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.