Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

C -- IDIQC for providing Bridge Inspections

Notice Date
3/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering 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
DTFH71-06-R-00005
 
Response Due
4/18/2006
 
Archive Date
9/30/2006
 
Description
SYNOPSIS: The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery Indefinite Quantity Contracts for providing bridge inspections, investigations, inspection reports and associated engineering services with Federal Land Management Agencies (FLMA) such as the National Park Service (NPS), U.S. Forest Service, Fish and Wildlife Service, Bureau of Reclamation, and etc. located primarily within the United States and Territories. For additional information on the A/E process see FAR Part 36.6. The purpose of all inspections is to complete structure safety and underwater inspections, and provide reports to the FHWA as per National Bridge Inspection Standards (NBIS) located at http://www.fhwa.dot.gov/bridge/index.htm. Bridge inspection work to include and not limited to the following types: Providing initial, routine, in-depth, special and/or underwater, other structure safety inspections, for the preparation of inspection reports, and for related engineering services such as load rating calculations, non-destructive evaluation (NDE), and scour studies. The field inspections shall be conducted by a team that meets the requirements set forth in the NBIS and shall be coordinated with the appropriate FHWA and client personnel. The Contracting Officers Technical Representative (COTR) or designated representative may accompany the firm?s field team during some or all field inspections. The team shall use equipment and vehicles necessary to perform inspections to FHWA standards. The firm will supply these items if not provided by FHWA. Measurements and photographs shall be taken as outlined by the FLH guidelines or as directed by the COTR. Previous inspection reports, structure location maps and structure plan sheets will be provided when available. The inspections reports shall be in a specified format as directed and shall be prepared by using software provided by the FHWA. Each report may include updated NBI and NPS data, a condition assessment of the structure and its components, identification of problems, photographs, CADD sketches draft recommendations for repair or replacement including itemized cost estimates, load rating calculations, recommendations of further studies needed, and other data or pertinent information as specified by FHWA. The data files and original copies of reports and other deliverables will be the property of the FHWA. The firm will make final assessment of the structure condition, and final approval of the recommended work and cost estimate will be made by FHWA. This procurement is made under the North American Industry Classification Code 541330 and is open to all business concerns. Architect-Engineer selection procedures will be used and selection will be non-project specific through the pre-selection and interview stage. Annual Representations and Certifications FAR 52.204-8 (Jan 2006). 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 (Dec 2001). Please send all questions concerning this project to eflhd.contracts@fhwa.dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. Important Payment Requirements: In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in Central Contractor Registration (CCR) database prior to award of a contract. Also FAR clause 52.232-33 (Oct 2003) requires CCR registration for payment. CCR registration is available on line at the following Internet web address: www.ccr.gov. Important Subcontracting Plans Requirements: Required from all ?other than Small business? when requirement is expected to exceed $500,000 ($1,000,000 for construction) [FAR 19.702]. 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: 5% Small Disadvantaged Business, 5% Small Women-owned Business Concern, 3% Small Disadvantaged Veteran-owned Small Business. Copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Office of Small Disadvantaged Business Utilization prior to close of negotiations, (or notice to proceed with IFB) [TAM 1219.705-5 and -6]. 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. Architect-Engineering (A/E) procedures will be used to select firms, which must be capable of providing bridge inspections, investigations, inspection reports and associated engineering 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 Internet site at http://www.ccr.gov The following professional disciplines are required to be on the team of the A/E or qualifying subcontractors thereof: Project Manager Inspection Team Leader (Professional Engineer (PE) or other qualification) Divers (qualified for underwater inspections) (when required) CADD Technician Clerical The technical evaluation criteria is listed below: (1) Specialized experience and technical competence of the firm in providing bridge inspections, investigations, reports, and associated services. (2) Professional qualifications necessary for performance in this type of services are required. (3) Capacity to accomplish all work in the required time specifications. (4) Past performance on contracts with Government Agencies and Private Industry in terms of cost control, quality of work, and compliance with performance schedules. Firms must submit references for past performance that include a point of contact (POC), current telephone, facsimile number, and e-mail addresses. Note: Criteria 1 has the highest value, while Criteria 2, 3, and 4 are worth equal value. 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 $750,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. No solicitation package is available. The successful firms will be awarded IDIQCs based solely on data contained in their SF330s, references, and interviews of pre-selected firms (Forms can be downloaded from www.arnet.gov/far). This contract will be for an initial one (1) year period with options to extend for four (4) additional one (1) year periods. Once the interviews are completed, the Government will select the firms. After successful negotiations with each of the firms, individual IDIQCs will be awarded and Task Orders (TO) will be issued as specific project needs are identified. The IDIQ contracts and all associated Task Orders awarded 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 amount is $2,000,000 per year, the total contract amount for the five (5) year period is $10,000,000. Interested firms having the capabilities for this work are invited to submit separate SF 330 for the prime and each subcontractor or joint venture firm, by addressing a transmittal letter to the office shown below. Joint Ventures must also submit a copy of Joint Venture Agreement within submittal package. The SF 330 should be complete per the instructions on the form. Part 2 of the SF 330 may be expanded, if necessary by using SF 330-Extra, for the Extra section E or F use SF 330 SE or SF, to address the selection criteria fully. Submittals are due on April 18, 2006, by 3:00 PM local time; send six (6) copies of the submittals to: Federal Highway Administration Attn: Arisane Underwood/Peggy Schaad 21400 Ridgetop Circle, Suite 105 Sterling, VA 20166 Clearly label the envelope with reference to DTFH71-06-R-00005 in a prominent location. All firms will be notified of the results approximately 60 days after the closing date.
 
Place of Performance
Address: various location within USA and Territories
 
Record
SN01005718-W 20060316/060314211921 (fbodaily.com)
 
Source
FedBizOpps 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.