Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
MODIFICATION

R -- Road Inventory Program (RIP)

Notice Date
11/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting 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
DTFH68-13-R-00001
 
Point of Contact
Jeremiah B. Rogers, Phone: 7209633090, Aaron L. Sanford, Phone: 7209633090
 
E-Mail Address
cflcontracts@dot.gov, cflcontracts@dot.gov
(cflcontracts@dot.gov, cflcontracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR BID - Bid documents are not available. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs MUST submit the following by e-mail to CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Jeremiah Rogers) for receipt by close of business (3 p.m. local Denver time) on November 29, 2012: (1) A positive statement of your intention to submit a bid 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 letter adjudication from the Veterans Administration). This information must be provided in order to determine eligibility - DO NOT SEND COPIES OF YOUR CCR PROFILE; (3) Letter from bonding agent stating bonding capability, to include single and aggregate totals; and (4) A listing of experience in work similar in type and scope of this proposed synopsis. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone, 8(a), or service disabled veteran-owned small business concerns. Failure to submit all information requested will result in a contractor being considered not interested in this solicitation. A decision on whether this will be pursued as a HUBZone, 8(a), or service disabled veteran-owned small business set-aside or on an unrestricted basis will be made following the due date and posted as an amendment to this sources sought on the Federal Business Opportunity website at www.fbo.gov. 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 15% of the cost of the contract incurred for personnel on its own employees and 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 up to 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. CONTRACT DETAILS: CFL anticipates awarding an IDIQ contract for 1 base year and 4 option years to one contractor for Road Inventorying services. In compliance with the new transportation authorization, Moving Ahead for Progress in the 21 st Century (MAP-21), specifically under the Federal Lands Transportation Program, this contract will provide transportation inventory, comprised of data collection and reporting services for Federal Land Management Agencies (FLMAs) to collect condition and feature information on their transportation assets and to make available the spatial and tabular data in such a way that it can be used in a Geographic Information System (GIS) to create and disseminate electronic reports. Services to be performed include, but are not limited to, inventorying paved and unpaved roads, trails, parking lots, boardwalks, bridges, docks, airstrips, culverts, and signs. Also included will be support services needed such as data hosting, computer programming, and website design. The FLMAs may include, but are not limited to, the US Fish and Wildlife Service (FWS), the US Forest Service, the National Park Service, Bureau of Land Management, Army Corps of Engineers, Indian Reservation Roads (IRR), and any other FLMA as needed. This contract will entail transportation asset inventory across the entire United States and possibly its territories. Individual task orders will be broken up into regional collection phases, as determined in consultation with the FLMAs (client). The government anticipates individual task orders ranging from a minimum order amount for the IDIQ contract of $50,000 (expected to be met with award of the seed project) to $1,000,000 per individual task order, and a potential not-to-exceed 5-year maximum aggregate amount of $5,000,000 over the life of the contract (including option years.) The Request for Proposals (RFP) will include the Service Act determinations and a Scope of Work for the project. Task Orders will be predominantly for Road Inventorying and Reporting Services. The first Task Order (TO) or "Seed Project" will be issued simultaneously with the IDIQ Request for Proposal as an attachment. Contractors will be required to submit a proposal for the first task order as well as the base IDIQ. The proposal for the first task order will be used to evaluate price for the best value IDIQ contract. The first TO will be to perform the road inventory work for Hart Mountain Nation Antelope Refuge located in south east Oregon and Sheldon NWR located in northwest Nevada. The rates and labor types proposed by the contractor will be included in the final contract language and will establish the labor rates to be used in future negotiations. This is a best-value negotiated type procurement and evaluation factors for award will be fully stated in the RFP which will be available as noted below. The Government intends to award one Indefinite Quantity, Indefinite Delivery (IDIQ) as a result of this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government- price, technical, and other factors considered. Tentative advertisement date is on or about December 18, 2012. PLEASE NOTE: The Request for Proposal will be available for download on or about December 18, 2012, from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov. The RFP, including scope of work, WILL BE AVAILABLE FOR DOWNLOAD IN ADOBE (.pdf) FORMAT ONLY ON CFLHD's WEBSITE at http://www.cflhd.gov/procurement/construction/advertised-projects.cfm under the Project Name. In order to view the plans, interested vendors must register through the CFL website. Other information regarding this solicitation is also available at the above website. If you have problems accessing information on the website, please email CFLContracts@dot.gov. Technical questions specific to the project will only be addressed by FHWA via written correspondence to e-mail address CFLContracts@dot.gov or FAX to (720) 963-3360. Address all correspondence to Jeremiah Rogers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-13-R-00001/listing.html)
 
Place of Performance
Address: Across all 50-states and the U.S. territories, Lakewood, Colorado, 80228, United States
Zip Code: 80228
 
Record
SN02934554-W 20121122/121120234518-af82713ef07867389af4fd12cc353859 (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.