Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2009 FBO #2720
SOLICITATION NOTICE

C -- Bridge Inspection Services - Synopsis

Notice Date
5/6/2009
 
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-00005
 
Archive Date
11/30/2009
 
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
Synopsis BRIDGE INSPECTION SERVICES The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding One Indefinite Delivery Indefinite Quantity Contract (IDIQC) for providing bridge, tunnel, and culvert 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, U.S. Fish and Wildlife Service, and etc. located primarily within the United States and Territories. For additional information on the A/E process see FAR Part 36.6. The work will include, but will not be limited to, providing initial, routine, in-depth, special, underwater, and/or other structure safety inspections as per the National Bridge Inspection Standards (NBIS) which is located at: http://www.fhwa.dot.gov/bridge/index.htm; the preparation of inspection reports; load rating calculations; Non-Destructive Evaluation (NDE) of structures; and scour studies. The field inspections will be conducted by a team that meets the requirements set forth in the NBIS, and will be coordinated with the appropriate FHWA and partner agency personnel. The Contracting Officers Technical Representative (COTR) or designated representative may accompany the firm’s field team during some or all of the inspections. The team will 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 will be taken as outlined by the FHWA guidelines or as directed by the COTR. Previous inspection reports and structure location maps may be provided to the firm when available. The inspection reports will be in a format specified as directed and will be prepared by using software provided by FHWA. Each report will 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 information, 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 FHWA. Final approval of the reports 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 (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 http://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 Requirements: In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors will 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 $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]. If a large business is selected, they will 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 the firm, 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) Inspector 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, inspection reports, and associated services. (2) Professional qualifications necessary for performance of these types 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 quality of work, cost control, and compliance with performance schedules. Firms must identify references for past performance that include a point of contact (POC), current telephone, facsimile number, dates of performance, name of project, and e-mail addresses. The period of performance must be within the past 5 years. Note: Criterion 1 is worth 40 points, Criterion 2 is worth 15 points, Criterion 3 is worth 15 points, and Criterion 4 is worth 30 points. 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 firm will be awarded an IDIQC 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 firm. After successful negotiations with the firm, an individual IDIQC 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 potential 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 PM (EST) on June 23, 2009: send seven (7) copies of the submittals to: Federal Highway Administration Attn: Shirley Anderson/Peggy Schaad 21400 Ridgetop Circle, Suite 105 Sterling, VA 20166 Clearly label the envelope with reference to DTFH71-09-R-00005 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=e9e9f1e8cbd80a5cce230afad0edf09b&tab=core&_cview=1)
 
Place of Performance
Address: United States and Territories, United States
 
Record
SN01810408-W 20090508/090506221917-e9e9f1e8cbd80a5cce230afad0edf09b (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.