|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1995 PSA#1446Federal Highway Administration, 610 East Fifth Street, Vancouver, WA
98661-3893 C -- ARCHITECT/ENGINEERING SERVICES, ENGINEERING & ENVIRONMENTAL
SERVICES SOL DTFH70-96-R-00002 DUE 110795 POC Julee McTaggart or Debra
Buchanan, (360) 696-7520; for technical information, call Bill
Parsons, (360) 696-7726 MULTIPLE AWARDS WILL BE MADE UNDER THIS
SOLICITATION. Sources sought for multiple Indefinite Delivery,
Indefinite Quantity contracts to provide preliminary engineering and
environmental related services for the design of road reconstruction
and improvement projects in the states of Alaska, Idaho, Montana,
Oregon, Washington, and Wyoming. This work will generally be for roads
and highways in National Parks and in or near National Forests on
either public lands or on public road corridors with abutting private
land. Projects typically range from 2 to 12 miles in length. Services
include: develop horizontal and vertical roadway alignment alternatives
and associated preliminary design engineering for roadway template,
earthwork, minor structures and drainage types; prepare environmental
impact studies, including investigations, reports and assistance in
securing public involvement to achieve NEPA compliance; prepare plans,
specifications and estimates for highway construction projects;
prepare right-of-way plans, descriptions, appraisals for the
acquisition of right-of-way; and perform other types of highway related
engineering and environmental services in support of the above listed
services. Offeror's need not be capable of performing in all six states
listed. This solicitation is a small business set-aside. For a firm to
be considered a small business, the annual average gross revenue of
the firm for the last 3 fiscal years must not exceed $2.5 million.
Contract clause 52.219-14, LIMITATION ON SUBCONTRACTING, will have the
successful offeror agreeing that at least 50 percent of the cost of
contract performance incurred for personnel shall be expended for
employees of the offeror. The term of each contract will be for a
1-year Base Period with four 1-year extensions possible. All work will
be set forth in individual Task Orders. During the 1-year Base Period,
each contract will have a guaranteed minimum of $50,000 in Orders. The
contract maximum during the life of the contract (base period plus
extensions) will be $2,500,000. The following criteria in descending
orer of importance shall be used in the evaluation of prospective firms
and their subconsultants: (1) professional qualifications necessary for
satisfactory performance of required services; (2) specialized
experience and technical competence in the type of work required; (3)
location within the geographical area of the contract and knowledge of
the locality of the projects, as it pertains to the types of required
services; (4) past performance on contracts with Government agencies
and private industry; and (5) capacity to accomplish the work in a
timely manor. A/E firms meeting the requirements described in this
announcement are invited to submit a completed SF 254 and SF 255 for
themselves and all subconsultants. Section 10 of SF 255 must be limited
to no more than twelve pages if single sided or six pages if double
sided. No other type of submittal is desired and will not be considered
in the evaluation. This is NOT a request for proposal. A solicitation
package is not available. Submit four (4) copies of your response by
4:00 pm P.D.T. FOR MINORITY, WOMEN-OWNED AND DISADVANTAGED BUSINESS
ENTERPRISES: The Department of Transportation (DOT), Office of Small
and Disadvantaged Business Utilitization (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 $500,000.
For further information and applicable forms concerning the STLP,
please call the OSDBU at (800) 532-1169. (0276) Loren Data Corp. http://www.ld.com (SYN# 0013 19951004\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|