Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2005 FBO #1374
SOLICITATION NOTICE

B -- Guidelines for Falling Weight Deflectometer Testing & Data Analysis

Notice Date
8/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-05-RFP-00118
 
Response Due
9/12/2005
 
Archive Date
9/27/2005
 
Description
Guidelines for Falling Weight Deflectometer Testing & Data Analysis Guidelines need to be developed for FLH that clearly define the FWD testing requirements, data analysis approach, and reporting requirements. FLH needs to assure the integrity of the FWD deflection data and assure that the data is appropriately analyzed. The Guidelines will provide FLH with an improved specification for acquiring FWD testing and back calculation services as well as provide guidance for FLH internal staff conducting FWD testing and analysis. Summary Description of Work The Contractor shall supply all personnel, equipment, materials, hardware and software to develop guidelines for FWD testing and data analysis. The Contractor shall meet and cooperate with the FHWA CFLHD in Lakewood, Colorado. The Contractor?s services are required for a period not to exceed 14 consecutive months. The price range for this work is estimated to be between $70,000 and $100,000. The objective of this Statement of Work is to develop FWD guidelines that document the best approach to specify the collection and analysis of FWD data for project development purposes (rehabilitation and overlay design). The final report will provide a method to assure that FWD data is collected and analyzed in a consistent, technically sound, state-of-the-practice manner. Services and Prices Task A ? Review Data Analysis Procedures (Initial Meeting, Teleconference, Draft & Final Report) Task B ? Review FWD Testing Procedures (Teleconference, Draft & Final Report) Task C ? Development of Guide for FWD Testing and Data Analysis (Interim Meeting, Draft & Final Guide Submittal, Electronic Guide Submittal) For a complete SOW that includes deliverables, period of performance, pricing, and evaluation factors, visit our web site at http://www.cflhd.gov/. Click on the Procurement Tab, Current Solicitations, Solicitations-Other. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DTFH68-05-RFP-00118 is advertised on an unrestricted basis and will be awarded as a firm fixed-price contract. The NAICS Code is 541990, small business size standard is $6.0 million in average annual receipts. The following Federal Acquisition Regulation (FAR) Provisions and Clauses in effect through Federal Acquisition Circular FAC 2005-02, dated July, 2005, are applicable to this procurement: 52.212-1, Instructions To Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items including subparagraphs (b) (1), (7), (14), (15), (16), (17), (18), (19), (20), (25), (26), (31), and (c) (1), (2) and (3) which are applicable to commercial services. The offeror shall submit with their proposal a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. This procurement also includes FAR 52.212-2, Evaluation-Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, technical, and other factors considered. The technical evaluation factors are included in the SOW and are significantly more important than price. Submit five complete copies of your proposal to DD Daly, Federal Highway Administration, Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO 80228. Proposals are due on September 12, 2005 at 2:00 PM, Mountain Time Zone. Proposals submitted by email or fax will not be accepted. Questions concerning this solicitation shall be in writing and may be sent by sent via fax to (720) 963-3360 or to Deirdre.Daly@fhwa.dot.gov or ddaly@road.cflhd.gov. The Government shall not pay for any costs associated with the preparation of the proposal.
 
Place of Performance
Address: FHWA/CFLHD, 12300 W Dakota Ave, Lakewood, Co 80228, , , ,
Zip Code: 80228
Country: USA
 
Record
SN00881628-W 20050831/050829211819 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.