Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2006 FBO #1599
SOLICITATION NOTICE

T -- Data Collection for Paved Roads

Notice Date
4/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping 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
DTFH68-06-R-00011
 
Response Due
4/25/2006
 
Archive Date
5/10/2006
 
Description
This announcement is a combined synopsis/solicitation for commercial services in accordance with the procedures of the Federal Acquisition Regulation (FAR) subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested; a written solicitation will not be issued. The scope of this project is to collect roughness and Global Positioning System (GPS) data on paved roads in the Forest Highway (FH) Network. Roads and approximate mileage shown in parenthesis are located in the states of Arizona (179), California, (total 2,302, with 1242 north, 702 east, and 358 south), Colorado (242), Nebraska (16), Nevada (63), New Mexico (11), North Dakota (29), South Dakota (83), Utah (116), and Wyoming (54). Mileage on the network totals 3,100 miles. Beginning and ending termini and route lengths will be provided. Technical Requirements: Roughness data will be collected using a South Dakota Type inertial profile-measuring device, or other device as approved by the Contracting Officer, and built according to ASTM E950 standards. The profiler must collect the dynamic longitudinal profile of the pavement surface to calculate the pavement International Roughness Index (IRI) roughness index according to ASTM E1926-98. Quarter car simulation will be used to provide IRI data for both the left and right wheel paths. Calculated roughness indexes need be averaged and reported using the Central Federal Lands defined interval of a tenth of a mile. GPS must be collected at intervals no more than 5 seconds and must provide less than 5 meter accuracy after post-processing. Deliverables: A data collection report will be prepared that documents all fieldwork and ride statistics (IRI). All data, test results, and pertinent information will be provided in a separate report for each state. This will include, but not limited to the following: 1. A general summary of the designated roadways and field notes about any anomalies that might have influenced the results of the collected data; results of all field investigations, including all profile test results. 2. A detailed road log for each route that includes starting and ending coordinates and accounts of any interruption in data collection. 3. A Microsoft Access database of IRI for each road segment (in tenth mile increments). Fields in the database must include FH route number, milepost (by tenth mile), IRI right wheel path, IRI left wheel path, IRI average, and speed (miles per hour) of the vehicle. A compiled database of all the routes in each state should also be included. All routes should be included into one database for each state. 4. ArcView shapefiles with processed GPS coordinates. Schedule: All work and any necessary corrections are to be completed not later than October 17, 2006. This will include receiving all deliverables as described above. The order in which each state is completed is at the contractor?s discretion, however most of the roads in the forest highway system are in mountainous and high elevation areas. It is recommended that priority should be given to high latitude and altitude locations first. A proposed schedule that includes all work elements must be submitted with the firm?s offer. Quality Assurance/Quality Control: Federal Highway Administration (FHWA) will review all deliverables and request corrections when necessary. Corrections will be made at no additional cost to FHWA and within the performance period of the contract. Data collection progress reports will be submitted on a monthly basis from the start of the project until the deadline. Progress reports will include: 1. A list of all routes in which data collection has been made in that particular timeframe. 2. A copy of all field reports for the above routes. Field checks will be made by FHWA personnel. 3 sites for each functional class of roadway will be randomly selected across the entire network. Field reports will be made and corrections requested by FHWA before September 15, 2006. Evaluation Factors for Award: Offers will be evaluated using the tradeoff process described in the Federal Acquisition Regulation under Subpart 15.101. The tradeoff process allows FHWA to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Proposals will be rated on project approach to complete the work, technical capabilities, past performance, and price. Provide 3 references for past performance for work accomplished for Federal, State, or Commercial entities. Past performance will be evaluated in the areas of technical competence, contract scope, contract schedule, and budget management. Include the name of the agency/entity, the point of contact, phone or fax number, type of work accomplished, dollar value of the contract, location and time frame of the work, recognition given for good performance, or problems encountered. References will be contacted. Project approach, technical capabilities, and past performance, when combined, are approximately equal in importance to price. Submit a proposal that demonstrates a thorough understanding of the scope of work. Pricing: The following pricing structure should be used. Price Element: Provide Price, Unit/Quantity, Rate, and Extension (of price) for each of the following: (1) Personnel (2) Equipment (3) Vehicle (4) Mileage (includes Gas) (5) PerDiem (6) Deliverables (7) Other (List other pricing items that would be included in your offer.) and a Total price for all Extensions. Provide the number of personnel you intend to utilize and their rate of pay; equipment type and quantity; number of vehicles; preparation and submission of deliverables; and other price factors. Overhead and profit should be built-in to the price elements above. The solicitation provisions and clauses are those in effect through Federal Acquisition Circular 2005-08, effective February 2, 2006 and include 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 Statutes or Executive Orders-Commercial Items including subparagraphs (1), (7), (14), (16), (17), (18), (19), (20), (21), (26), and (31). This solicitation includes 52.212-2 Evaluation-Commercial Items. 52.212-3. 52.212-3 Representations and Certifications-Commercial Items must be submitted with your offer. Submit two copies of your proposal to the address shown herein. Proposal due date and time is April 25, 2006, 2:30 PM MDT. Proposals submitted via email or fax will not be accepted. Questions concerning this solicitation must be submitted in writing by email or fax to the Contracting Officer at the address or number listed below. The Government will not pay for any cost associated with the preparation of proposals. Visit our web site at http://www.cflhd.gov/procurement/ . Other procurement. The Microsoft Word file is located at this site.
 
Record
SN01025489-W 20060413/060411220431 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.