Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2006 FBO #1584
SOLICITATION NOTICE

C -- HIGHWAY AND/OR BRIDGE DESIGN AND ENGINEERING SERVICES for the Southern Region

Notice Date
3/27/2006
 
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-00006
 
Response Due
4/28/2006
 
Archive Date
9/30/2006
 
Description
FEDERAL BUSINESS OPPORTUNITIES (FBO) HIGHWAY AND/OR BRIDGE DESIGN AND ENGINEERING SERVICES The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple award, Indefinite Delivery, Indefinite Quantity Contracts (IDIQCs) for highway and/or bridge design and engineering services for construction projects predominately associated with Federal Land Management agencies (National Park Service, U.S. Forest Service, Fish and Wildlife Service, etc.) within the Southern Region of the eastern United States. The Southern Region includes: North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Tennessee, Arkansas, Louisiana, Puerto Rico, and the Virgin Islands. The EFLHD anticipates awarding several individual IDIQC contracts. The work will be highway and/or bridge design related engineering services (including geotechnical, hydraulics and hydrology, survey and mapping, traffic engineering, value engineering, etc.), or environmental compliance. The purpose of this procurement is to select firms that are highly qualified to provide these design and engineering services. The firms shall have in-house primary services capability. This procurement is being made under the North America Industry Classification Code 541330. THIS PROCUREMENT IS OPEN TO ALL BUSINESS CONCERNS, BUT ONE CONTRACT MAY BE SET-ASIDE FOR SMALL BUSINESS ENTERPRISES (SBE). 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. 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 REQUIREMENT 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 requires CCR registration for payment. CCR registration is available on line at the following Internet web address: www.ccr.gov. IMPORTANT SUBCONTRACTING PLANS REQUIREMENT 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 Disabled 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. The proposed length of each IDIQC will be for one (1) base year period with four (4) one-year option periods. Architect-Engineering (A/E) procedures will be used to select firms, which must be capable of providing the required design and 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 All work must be performed or approved by a registered Professional Engineer. The firms will be selected based upon data contained in their Standard Form 330. All electronic plans and specifications must be in Microsoft Office (Word, Excel, Database, etc.), Microstation V-8 and GEOPAK 2004 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 of the personnel necessary for satisfactory performance; (2) Specialized experience and technical competence of the firm in the type of work required; (3) Capacity of the firm to accomplish the work in the required time; (4) Past performance on contracts with Federal Government, State, and/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, phone number and e-mail address. (5) Location of the prime firm?s office within the Southern Region, and knowledge of highway design within most of the states in the Southern Region. (6) Percent of minorities and women, by general work classification, for the prime office only as shown on the SF330. Show classifications, percentages, and numbers of men, women, minorities, and totals in tabular form for the prime office only. Note: Criteria 1, 2, 3, and 4 are worth 20 points each, while Criteria 5 and 6 are worth 10 points each. 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. Once the interviews are completed, the Government will select the firms. After successful negotiations with each of the firms, individual IDIQCs will be awarded. All Task Orders issued under the IDIQCs 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 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 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 April 28, 2006 at 3:00 p.m. local time (EDT); send one (1) original and five (5) copies of the entire package to: Federal Highway Administration Attn: Arisane Underwood/Peggy Schaad 21400 Ridgetop Circle, Room 105 Sterling, VA 20166 Clearly label the envelope with reference to DTFH71-06-R-00006 in a prominent location. All firms will be notified of the results approximately 60 days after the closing date.
 
Record
SN01015315-W 20060329/060327211812 (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  © 1994-2020, Loren Data Corp.