Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17, 2000 PSA #2707
SOLICITATIONS

C -- INTELLIGENT TRANSPORTATION SYSTEMS DESIGN AND STRATEGIC PLANNING SERVICES

Notice Date
October 13, 2000
Contracting Office
Federal Highway Administration, 21400 Ridgetop Circle, Sterling, VA 20166
ZIP Code
20166
Solicitation Number
DTFH71-00-R-00011
Response Due
November 12, 2000
Point of Contact
A/E Procurement Engineer, Dorothy Germain, (703) 404-6280
Description
Intelligent Transportation System (ITS) Services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required. This announcement is open to all businesses regardless of size. Funds for this contract are currently not available. 1. CONTRACT INFORMATION: The proposed firm fixed price contract is expected to be awarded in December 2000. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for an acceptable subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. 2. PROJECT INFORMATION: This contract entails two projects: (1) The development of an Intelligent Transportation System (ITS) Strategic Deployment Plan for the Great Smoky Mountains National Park, and (2) An Early Action ITS Design for the Newfound Gap Road Tunnel Project (PS&E). The activities associated with these two projects are anticipated to be conducted concurrently and benefit from developments as the projects progress. The study is being conducted for the National Park Service to determine how ITS in and around Great Smoky Mountains National Park (GRSM) will be implemented and operationally coordinated over a period of time. The study will establish a specialized framework for GRSM incorporating an ITS architecture, consistent with the National Architecture and compatible with the (Tennessee and North Carolina) regional architectures. It must be recognized that the current list of ITS market packages is limited in addressing the local issues associated with GRSM and that a refined strategic process suitable to a National Park environment is needed, including for instance, the use of a SWOT analysis technique for screening of ITS strategies. The study will also evaluate institutional, operational, and management activities needed to implement the architecture, with early emphasis on Traveler Information applications that serve both the economic and transportation needs of the Park and their gateway communities. The Early Action ITS design is to be incorporated into the tunnel project and will consist of the following components: (a) Toll free (800) traveler information telephone service; (b) Traveler Information enhancement to the Great Smoky Mountains National Park website, including links to the website from other regional traveler/transportation websites; and (c) Two ground mounted, landscaped enhanced dynamic message signs, one at each entry along Newfound Gap Road with respective central workstation. 3. SELECTION CRITERIA: See Note 24 for general description of the A-E selection process. The selection criteria for this particular contract are listed below in descending order of importance. Criteria (b) and (c) are of equal value and Criteria (d) and (e) are of equal value. (a) Specialized experience and technical competence in the type of work required, namely ITS planning and design considerations relative to a National Park environment. (b) Professional qualifications necessary for satisfactory performance of required services, namely rural ITS planning and design, particularly Traveler Information. (c) Familiarity with project area, including transportation planning and ITS activities in the region. (d) Capacity to accomplish the work in the required time; particularly in delivering the Early Action ITS design within 90 calendar days of the Notice To Proceed. (e) Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules. The qualifications and past performance of the offeror, any joint venture partners and/or proposed subcontractors will be considered in the evaluation. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of SF 255 and two copies of SF 254 for the prime firm, all consultants/joint venture partners and/or proposed subcontractors, to the above address not later than 3:30 p.m. Eastern Standard Time on the 30th calendar day after the date this announcement. The day following the day of this announcement is day one for calculation the 30 days for submission. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the same time of day, but the next business day. As soon as possible, but not later than the deadline defined above, provide the following past performance information: (a) Name, description and period of performance for a minimum of three, maximum of five, recent (currently on-going and 50% complete or completed within the past three years) projects of similar scope;. (b) Name of customer; (c) Address of customer; (d) Name, telephone and fax numbers for Point of Contact at customer's firm that can provide information about your performance. Past performance information shall be faxed to Dorothy Germain at (703) 404-6217. Include your firm's fax number and Internet address. NOTE: Evaluation factors listed above supersede the evaluation factors listed in Note 24 and will be used for this selection.
Record
Loren Data Corp. 20001017/CSOL002.HTM (W-287 SN5042N8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 13, 2000 by Loren Data Corp. -- info@ld.com