Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOURCES SOUGHT

C -- FULL SERVICE A-E IDIQ

Notice Date
2/2/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-12-R-00009
 
Archive Date
2/23/2012
 
Point of Contact
Aaron L. Sanford, Phone: 7209633090, Jason J Longshore, Phone: 7209633090
 
E-Mail Address
cflcontracts@dot.gov, jason.longshore@dot.gov
(cflcontracts@dot.gov, jason.longshore@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration is contemplating a solicitation for Full-Service Indefinite Delivery Indefinite Quantity (IDIQ) contracts for architect-engineer (A-E) services. CFLHD operates as part of the Office of Federal Lands Highway, serving the transportation engineering needs of Federal Land Management Agencies (FLMA) such as the National Park Service, the U.S. Forest Service, and the U.S. Fish and Wildlife Service. This work will be associated with Federally funded road projects with the majority of work being funded through the Federal Lands Highway Program (FLHP), which includes five core areas; the Refuge Road Program; the Park Roads and Parkways Program; the Indian Reservations Roads and Bridges Programs; the Forest Highways Program; and the Public Lands Highways Discretionary Program. Projects are typically located in environmentally sensitive areas that necessitate context-sensitive design techniques and processes. The geographic area of CFLHD includes, but is not limited to, Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming. THIS IS NOT A REQUEST FOR PROPOSAL -SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED TOTAL HUBZONE, 8a OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES TO SET THIS PROJECT ASIDE (PROJECT DESCRIPTION BELOW). Prime Contractors who are HUBZone small businesses, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a proposal for this solicitation MUST submit the following by e-mail to CFLContracts@dot.gov or by telefax to 720-963-3360 (Attn: Aaron Sanford) for receipt by close of business (4 p.m. local Denver time) on February 8, 2012: (1) A positive statement of your intention to submit a proposal for this solicitation as a Prime Contractor; (2) A copy of the letter from SBA stating date of HUBZone small business certification or acceptance to the 8(a) small business program. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility - DO NOT SEND COPIES OF YOUR CCR PROFILE; (3) A list of highway design projects involving improvements to low-volume and low-speed roadways, using context-sensitive design principles, ranging from 3R (resurfacing, restoration and rehabilitation) to full reconstruction. Transportation engineering services should consist of all pertinent highway work needed to conduct planning, scoping, preliminary and final design to prepare contract documents for federal contracts including: project management, highway design, environmental compliance services, geotechnical engineering, bridge and other structural design activities, hydraulic and hydrologic engineering, surveying and mapping, right-of-way and utility services, post design support and transportation planning. State whether your firm was the prime contractor or subcontractor on each project listed. (4) Firms must be registered and licensed within one or more states within the jurisdiction of CFLHD. Please provide proof of this registration. (5) The NAICS code for this procurement is 541330. Registration under this NAICS code is required. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the Online Representations and Certifications Application (ORCA) located at https://orca.bpn.gov/ A Qualified HUBZone SBC receiving a HUBZone contract for general construction must spend at least 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified HUBZone SBCs. This requirement may be met by expending at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-12-R-00009/listing.html)
 
Place of Performance
Address: Denver, Colorado, 80223, United States
Zip Code: 80223
 
Record
SN02666761-W 20120204/120202235328-2af8b968882239e3ec636e5264cec303 (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.