Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOLICITATION NOTICE

C -- Highway and/or Bridge Design and Engineering Services for other engineering, planning, and architectural services for construction projects predominantly associated with Federal Land Management agencies.

Notice Date
1/17/2020 8:38:11 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
693C73 EASTERN FED LANDS DIVISION STERLING VA 20166 USA
 
ZIP Code
20166
 
Solicitation Number
693C73-20-R-000004
 
Response Due
1/28/2020 11:00:00 AM
 
Archive Date
02/12/2020
 
Point of Contact
Raymond Delpesche, Phone: 7039483561, Fax: 5714341551, MELVIN O. SLOAN, Phone: 7034046205, Fax: 5714341551
 
E-Mail Address
eflhd.ae@dot.gov, EFLHD.AE@dot.gov
(eflhd.ae@dot.gov, EFLHD.AE@dot.gov)
 
Description
Federal Highway Administration Eastern Federal Lands Highway Division Highway And/or Bridge Design and Engineering Services IDIQ (MATOC) 693C73-20-R-000004 TWO-PHASE Selection PHASE I REQUEST FOR QUALIFICATIONS (RFQ) Highway And/or Bridge Design and Engineering Services The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple award, 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 predominantly associated with Federal Land Management agencies (National Park Service, U.S. Forest Service, Fish and Wildlife Service, etc.) within the� continental United States and its territories with a total capacity of $80 million. For additional information on the selection of engineering firms for IDIQ contracts see FAR Part 36.6.� The primary work will predominantly be highway and/or bridge design and related engineering services.� The secondary work will include geotechnical, hydraulics and hydrology, survey and mapping, traffic and safety engineering, structural engineering, planning, value engineering, environmental compliance, landscaping, architectural and architecturally related services and other engineering services as may be required.� All work must be performed or approved by a registered Professional Engineer.� All electronic plans and specifications must be in Microsoft Office (Word, Excel, Database, etc.), Microstation and Open Roads software and other FLH approved and compatible software.� Familiarity with the FHWA is desired and AASHTO policies are required. The purpose of this procurement is to select a maximum of four firms that are highly qualified to provide highway and bridge engineering services. � This procurement is being made under the North America 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 selection stage.� Annual Representations and Certifications FAR 52.204-8 (most recent edition). �The Representations and Certifications must be filled-in online at https://beta.sam.gov/ �in order to download RFP documents. The required VETS-4212 �Federal Contractor Veterans� Employment Report� must also be filled-in online at https://www.dol.gov/agencies/vets/programs/vets4212 per FAR 52.222-37 �(most recent edition).�� 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. Important Payment Requirements: In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors will be registered in System of Award Management (SAM) database prior to award of a contract.� Also, FAR clause 52.232-33 (most recent edition) requires CCR registration for payment.�� SAM registration is available on line at the following Internet web address:� https://beta.sam.gov/ Important Subcontracting Plans Requirements:� Required from all �other than Small business� when requirement is expected to exceed $700,000 ($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 [SM(1]�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]. Phase-I Pre-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: The technical evaluation criteria are listed below: (1) Specialized experience and technical competence of the firm in providing highway and bridge design and associated services as listed in this synopsis. - 30 Points (2) Professional qualifications necessary for performance of these types of services as listed in this synopsis. - 30 Points (3) Capacity to accomplish all work in the required time.� List numbers of teams available to do the types of services as listed in this synopsis including subcontractors. - 30 Points (4) Past performance will be evaluated on highway and bridge design and associated services 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 number, dates of performance, name of project, and the POC�s e-mail address.� The period of performance must be within the past 7 years.� Include any project specific or management awards received within the last 5 years along with references that include a Point of Contact and phone number.� Provide interim or final past performance evaluations for the example projects in Section F of the SF330. In addition to the example projects, additional past performance evaluations may be provided as well. - 10 Points Directly address the technical evaluation criteria in the SF 330, Section �H�. Additional Information� along with any other relevant information.�� ��� Note:� Attached at the end of this document is a form the firm can use to try to obtain past performance information.�You can fill in the name and address of your company and Project Name and for what agency the work was performed.� Send this out to your Project Manager at the DOT or other agency/firm to fill out and send directly to: �eflhd.ae@dot.gov by email.� If the Project Manager will not provide past performance information send us an email from them stating this. 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 or firms will be awarded an IDIQ contract based on data contained in their SF330s, past performance references and pertinent past performance information available from other sources. Interviews of pre-selected firms may be conducted if determined necessary. �Forms can be downloaded from https://www.gsa.gov/portal/forms/download/116486 .� After successful negotiations with the firms, individual IDIQ contracts will be awarded. The proposed work will be for one base year and four one-year options.� All Task Orders issued under the IDIQC 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 for a specific project(s).� The minimum guaranteed contract amount is $100,000.00 over the life of the contract and the estimated total shared-contract amount is $80,000,000. 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 January 28, 2020 at 2:00 p.m. local time; send five (5) bonded copies and one unbounded original copy and a CD of the submittals to: Federal Highway Administration Attn: Raymond Delpesche Attn: 21400 Ridgetop Circle Sterling, VA 20166 Clearly label the envelope regarding: 693C7320R000004 in a prominent location. All firms will be notified of the results approximately 90 days after the closing date.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f20617ac3da14291888173cbf9a924eb/view)
 
Place of Performance
Address: Sterling, VA 20166, USA
Zip Code: 20166
Country: USA
 
Record
SN05538015-F 20200119/200117230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.