Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

C -- Construction Inspection Services - Statement of Work

Notice Date
5/1/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, Virginia, 20166
 
ZIP Code
20166
 
Solicitation Number
DTFH71-09-R-00004
 
Archive Date
9/30/2009
 
Point of Contact
Shirley A Anderson,, Phone: 703-948-1407, Peggy Schaad,, Phone: 571-434-1596
 
E-Mail Address
EFHLD.contracts@fhwa.dot.gov, eflhd.contracts@fhwa.dot.gov
 
Small Business Set-Aside
N/A
 
Description
Statement of Work - Southern Region Statement of Work - Northern Region CONSTRUCTION INSPECTION SERVICES The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding two or more Indefinite Delivery, Indefinite Quantity Contracts (IDIQC) to provide Consultant Onsite Personnel (COP), specifically, Project Officer Engineers (POE), Construction Inspectors (CI), Project Managers (PM) and Materials Engineering Technicians (MET) to assist the Eastern Federal Lands Highway Division (EFLHD) field personnel in administering and managing highway and bridge construction contracts and staffing our Materials Laboratory in Sevierville, Tennessee. The MET will be included in the Southern Contract only. In accordance with Federal Acquisition Regulation (FAR) Clause 52.216-27 single or multiple contracts may result from this solicitation. One IDIQC will be awarded for each of the two regions. The North Region includes: Maine, Vermont, New Hampshire, Massachusetts, Connecticut, Rhode Island, New York, New Jersey, Delaware, Pennsylvania, Maryland, Virginia, West Virginia, the District of Columbia, Ohio, Michigan, Indiana, Kentucky, Wisconsin, Iowa, Minnesota, Illinois, and Missouri. The Southern Region includes: North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Tennessee, Arkansas, Louisiana, Puerto Rico, and the U.S. Virgin Islands. The North and South Statements of Work (SOW) have been attached to this notice in order to clarify the Government’s requirements. All work must be performed or approved by a registered Professional Engineer. The Government will issue individual Task Orders to cover the services required for a specific project when identified. This procurement is made under the North America Industry Classification Code 541330 and is open to all business concerns. Annual Representations and Certifications FAR 52.204-8 (most recent edition). 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 https://vets100.vets.dol.gov 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 online 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 $550,000 ($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]. The firm will be selected based on data contained in the Standard Form (SF) 330. Interested firms may apply for both regions, but must submit a separate SF-330 package for each region. Pre-selection and selection will be based on the following criteria: 1.Professional qualifications of personnel for the satisfactory performance in the POE, CI, and MET positions. 2.Familiarity of the firms’ staff, specifically the PM’s, POE’s, CI’s and MET’s with applicable FHWA regulations, criteria, standards, and procedures with respect to highway and bridge construction inspection, contract administration and materials laboratory procedures. 3.Past performance on contracts within the past 5 years with the Federal Government 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 and phone number. 4.The capacity to accomplish the work in the required time. The firm must possess the ability to provide multiple positions at the same time. 5.Location of the firm’s office within the North/South eastern United States and experience within most of the states in the North/South eastern United States regions. Note that Criteria 1 is worth 30 points, Criteria 2 and 3 are worth 25 points each, and Criteria 4 and 5 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 (Forms can be downloaded from: http://www.gsa.gov/Portal/gsa/ep/formsWelcome.do?pageTypeId=8199&channelPage=/ep/channel/gsaOverview.jsp&channelId=-25201. Once the interviews are completed, the Government will select the firms. After successful negotiations with each of the firms, individual IDIQCs will be awarded. The proposed work will be for one base year and four one-year options. All Task Orders issued under the IDIQCs will be firm-fixed price. The individual Task Orders will be issued based upon the terms of the IDIQC and when project needs are identified. The minimum guaranteed contract amount is $3,000 per year, and the estimated maximum total contract amount is $10,000,000. 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 no later than 2:00 p.m. (EST) on June 16, 2009; send one (1) original and four (4) copies of the submittals to: Federal Highway Administration Attn: Shirley Anderson/Wanda A. Peffer 21400 Ridgetop Circle Sterling, VA 20166 Clearly label the envelope with reference to DTFH71-09-R-00004 in a prominent location. All firms will be notified of the results approximately 45 days after the closing date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13692e4efd4faeaf7b0e92c7362aa763&tab=core&_cview=1)
 
Place of Performance
Address: Northern and Southern Region, United States
 
Record
SN01807585-W 20090503/090501222801-13692e4efd4faeaf7b0e92c7362aa763 (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.