Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOLICITATION NOTICE

C -- A/E Project Development Services, 8(a) Set-Aside

Notice Date
11/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering 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
DTFH68-06-R-00002
 
Response Due
12/16/2005
 
Point of Contact
Kathy Mooney, Contract Specialist, Phone (720) 963-3354, Fax (720) 963-3360,
 
E-Mail Address
kathy.mooney@fhwa.dot.gov
 
Small Business Set-Aside
8a Competitive
 
Description
Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration anticipates awarding one 8(a) Full-Service Indefinite Delivery Indefinite Quantity contract for architect-engineer (A-E) project development services.Projects will primarily involve improvements to low-volume and low-speed roadways ranging from 3R (resurfacing, restoration and rehabilitation) to total new construction. Services may also include project management, highway and bridge (structural) design, surveying and mapping, right-of-way development, hydraulic and geotechnical engineering, environmental studies, planning studies, performing Quality Assurance/Quality Control (QA/QC), and other pertinent highway work for CFLHD. Services may include post design construction support such as review of falsework and structures submittals, but will not include construction administration. This work will be associated with Federally funded road projects accommodating the needs of various Federal and local agencies such as, but not limited to, the National Park Service, the U.S. Forest Service, the U.S. Fish and Wildlife Service, State DOTs, and Counties. Projects may be located in environmentally sensitive areas that necessitate context-sensitive design techniques and processes. The predominant geographic area MAY include Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming.This procurement is being solicited to 8(a) A-E firms licensed and registered within one or more of the aforementioned states served by CFLHD. Professional documents produced under each task order will require a Professional Engineer and/or a Registered Land Surveyor license relative to the state in which the project work is located. Each contract awarded will consist of 1 base year and options to extend the contract for 4 additional 1-year periods. The guaranteed contract minimum shall not be less than $50,000, with a maximum not-to-exceed 5-year total of $5 million. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Task orders are predominately for multidiscipline, full-service project delivery activities.Some project development activities may be accomplished by CFLHD, by other Government agencies, or by other consulting firms. Agency coordination, document and report preparation, management of public meetings, and other public/agency involvement may be required. Highway segments will be designed in accordance with current AASHTO policy, Federal Lands Highway procedures, and/or specific project criteria as determined by CFLHD. CFLHD uses both International System of Units (Metric) and U.S. Customary Units (English). Submit files conforming to FHWA’s “Specifications for Computer File Compatibility and Computer File Exchange.” Work must be performed and delivered using the following programs and formats: Geopak 2004 (highway and earthwork design), MicroStation .DGN File format V8 (plans and drawings), and the current version of Microsoft Office (word processing, spreadsheet, database, etc).The firm will employ successful quality assurance/quality control (QA/QC) procedures in the performance of the following areas. Scope of task orders may include, but are not limited to: (A)Project Management activities such as coordination with the internal design team and subconsultants, coordination with CFLHD personnel, coordination with external agencies, as well as management of scope, schedule, budget, and QA/QC processes; (B)Highway design activities utilizing context-sensitive design principles in performance of tasks such as reconnaissance and conceptual studies; safety reviews, analyses, and studies; value engineering studies; preliminary design and line and grade studies; final design; and preparation of plans, specifications, and estimates (PS&E); (C)Bridge and other structural design activities (e.g., retaining walls, box culverts); (D)Surveying services such as photogrammetric mapping and/or ground surveys; cadastral surveys; bridge site surveys; and location and final design topographical surveys. Mapping services such as analytical aerial triangulation; digital terrain modeling; and compilation of topographic and planimetric features; (E)Preparation of right-of-way plans, legal descriptions and highway easement deeds; and familiarity with right-of-way acquisition procedures as well as utility plans and utility relocation agreements; (F)Hydraulic and hydrologic engineering for the determination of roadway surface and topographic drainage including design discharges and water surface profiles; flood plain and scour analyses; culvert and headwall design; development and preparation of certain permit applications; and preparation of reports, recommendations, and findings; (G)Geotechnical engineering such as comprehensive identification of geologic hazards through surface and subsurface investigations; pavement and subgrade improvement design; shallow and deep foundation design; retaining wall design; earthwork estimations; cut and fill design; soil and rock slope stability and excavation methods; erosion survey and mitigation; material source characterization; culvert and drainage system surveys; landslide analyses and mitigation recommendations; instrumentation deployment; laboratory investigations; and preparation of reports, recommendations, and findings; (H)Environmental compliance services such as, but not limited to, survey, studies, and reports for wetlands, threatened and endangered species, sensitive species, cultural resources, socio-economic effects, hazardous materials, wild and scenic rivers, wildlife and fisheries, noise, visual quality, water quality, air quality, land use, floodplain, environmental justice, cumulative and indirect effects, mitigation for impacts, and interagency coordination of environmental concerns and participation and coordination of public involvement meetings and hearings; preparation of reports and decision making documents required for the National Environmental Policy Act; FHWA Section 4(f); and preparation of project permits; (I)Transportation planning activities such as traffic counts and trip generation studies; calculation of capacity; analysis of transportation needs and priorities; opportunities for multi-modal integration and alternative transportation systems development; public involvement; congestion management and transportation systems management; special transportation studies to include intelligent transportation systems and other professional transportation planning, programming, and delivery services in support of partner agency goals and objectives; (J)Post design construction assistance to CFLHD in the support and review of the following; firm generated plans, specifications, and estimates; construction contractor submittals; false work analysis and review; value engineering proposals; site visits to perform specialized inspections related to the firms design; attend meetings; and perform other mutually agreed upon work.The following evaluation criteria, in descending order of importance, shall be used in the evaluation of prospective 8(a) firms: (1) Professional qualifications of the firm, staff and subconsultants identified to work on the contract. Qualification statements should clearly identify the specialized qualifications of those individuals anticipated to work on the contract that align with the type and scope of work to be performed. (2) General and specialized experience and technical competence of the firm and its subconsultants to perform work similar to CFLHD projects consisting primarily of two-lane highways in environmentally sensitive areas requiring context sensitive design solutions. (3) Capacity of the firm and subconsultants to accomplish a flexible program workload in a high quality manner with experienced and qualified resources applicable to the work requested under this contract. (4) QA/QC program that shows project-specific applications of a project management led organizational structure, approach, and philosophy that successfully executes QA/QC processes, procedures, and techniques within the firm and its subconsultants on multidiscipline task orders with CFLHD QA oversight. (5) Past performance on contracts similar to those of CFLHD relating to cost control, quality of work, and compliance with performance schedules. (List, but do not submit, recent awards, commendations, or other superior performance indicators.) (6) Proximity of the firm’s facilities to CFLHD Headquarters and the ability to deliver projects in the CFLHD 14 state area. Identify office location(s) for A-E and subconsultants to include the distribution of capabilities, services, and resources within each facility location.Selected firms must comply with FAR Clause 52.219-14, Limitations on Subcontracting, that requires at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.Firms desiring to be considered must submit 6 sets of documents containing copies of completed SF 330. Bind each set with front and back covers. The front cover will show the submitting firms name, address, phone number, and point of contact; the solicitation number; closure date of the solicitation; and any other pertinent information. Firms are encouraged to include a cover letter and an organizational table. Avoid duplicating the information being submitted and print double sided when appropriate. Font size shall be no smaller than 10. Submit data that the firm considers adequately demonstrates experience and qualifications to perform the required work. Submit resumes as a separate, bound package not to exceed 25 total pages. The total submittal including all information shall not exceed 100 pages. A double-sided, printed page counts as 2 pages. Cover sheets, cover letter and organization table, and divider pages do not count toward the page limit.Only responses received in this office no later than 11:00 a.m., Lakewood, Colorado local time, December 16, 2005, will be considered. No other general notification to firms will be made and no further action is required. This is not a request for proposal. No solicitation package is available. Short-listed A-E firms and their proposed sub-consultants will be expected to travel to Lakewood, Colorado, for oral presentations. Selection of firms for award shall be in accordance with FAR 36.602-3 and 36.602-4. You are encouraged to visit the CFLHD web page at http://www/cflhd.gov/ . Under the heading of Active Projects, you are provided an opportunity to market your firm as a prime or subconsultant under this announcement. You are not required to register. The names of the registered firms are removed from the web page on the closing date. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-06-R-00002/listing.html)
 
Record
SN01036032-F 20060428/060426222811 (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.