Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2010 FBO #3324
SOLICITATION NOTICE

C -- Southern Region Indefinite Delivery, Indefinite Quantity Contracts (IDIQCs) Full & Open - Synopsis

Notice Date
12/29/2010
 
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
DTFH71-11-R-00007
 
Archive Date
9/30/2011
 
Point of Contact
Shirley A Anderson, Phone: 703-948-1407, Peggy Schaad, Phone: 571-434-1596
 
E-Mail Address
eflhd.ae@dot.gov, eflhd.ae@dot.gov
(eflhd.ae@dot.gov, eflhd.ae@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Submittals are due by no later than February 15, 2011 at 2:00 p.m. EST Southern Region Indefinite Delivery, Indefinite Quantity Contracts (IDIQCs) Full & Open HIGHWAY AND/OR BRIDGE DESIGN AND ENGINEERING SERVICES The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery, Indefinite Quantity Contracts (IDIQCs) for highway and/or bridge design and engineering services and for other engineering, planning, and architectural 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. EFLHD reserves the right to use the IDIQ contracts in any United States territory or state. The EFLHD anticipates awarding three (3) or more individual IDIQC contracts. The primary services work will predominantly be highway and/or bridge design related engineering services (including geotechnical, hydraulics and hydrology, survey and mapping, traffic engineering, structural engineering, planning, value engineering, etc.), or environmental compliance. The secondary services work includes architectural and architecturally related services and other engineering services as required. 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. 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.com per FAR 52.222-37. All primary services work must be performed, supervised by, or approved by a registered Professional Engineer. The firms will be selected based upon data contained in their Standard Form 330. All electronic plans must be in the most recent versions of Microstation and GEOPAK software. All electronic specifications must be in the most recent version of Microsoft Office (Word, Excel, Access, etc.) software. Familiarity with the FHWA is desired. American Association of State Highway and Transportation Officials (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 and bridge 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 in the last 5 years with Federal Government, State, and/or County agencies and private industry in terms of project management and compliance with performance schedules, meeting cost limits and cost control, cooperativeness and responsiveness, and quality assurance and quality control of work. Include the name of the firm or agency, name of the Point of Contact and phone number for each contract. Include any awards received within the last 5 years along with references that include Point of Contact and phone number. (5) Location of the prime firm's office within the Southern region, and knowledge of highway and bridge design within most of the states in the Southern region. Include a Dun and Bradstreet Comprehensive Report, or a similar report, prepared by an independent business reporting agency that provides a company profile to include the number of employees; a debt to asset ratio; payment history; a credit evaluation/rating and a comparison of this rating to other firms in the same industry; and a history of the Offeror's ownership. Note that each criterion is worth 20 points for a maximum 100 possible points. No solicitation package is available. The successful firms will be awarded IDIQCs based solely on data contained in their SF330s, references, and presentations 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 presentations 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 Contract will have a minimum guaranteed amount of $3,000.00 and a maximum amount of $3,000,000.00 per year. The total maximum contract value for the base year and all four options is $15,000,000.00. 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. Although this solicitation is open to all firms, the following is provided for Minority, Women-owned, and Disadvantaged Business Enterprises (DBE's). The Department of Transportation (DOT) offers working capital financing assistance for transportation related contracts. DOT's Short Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532 1169 or 202-366-1930. Internet address: http://osdbuweb.dot.gov Important Subcontracting Plans Requirements: Required from all "other than Small business" when requirement is expected to exceed $650,000 ($1,500,000 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 highway and/or bridge design related engineering services either independently or in conjunction with subcontractors. 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. Provide the primary firms Data Universal Numbering System (DUNS) number in the cover letter. Submittals are due by no later than February 15, 2011 at 2:00 p.m. EST. local time; send one (1) CD with an electronic version of the firm's completed SF330, one (1) original (clearly labeled) and seven (7) copies of the submittals to: Eastern Federal Lands Highway Division Federal Highway Administration Attn: Shirley Anderson 21400 Ridgetop Circle Sterling, VA 20166 Please send all questions concerning this project to eflhd.ae@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. Clearly label the envelope with reference to DTFH71-11-R-00007 in a prominent location. All firms will be notified of the results approximately 60 days after the closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-11-R-00007/listing.html)
 
Record
SN02351975-W 20101231/101229233757-c80692f57509b4864257a420549a18bb (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.