Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

C -- C - Multi-Discipline Architect/Engineering Services

Notice Date
1/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-05-R-00001
 
Response Due
3/8/2005
 
Point of Contact
Marili Reilly, Contracts Program Assistant, Phone (360)619-7520, Fax (360)619-7932,
 
E-Mail Address
contracts@mail.wfl.fhwa.dot.gov
 
Description
Western Federal Lands Division (WFLHD)of the Federal Highway Administration (FHWA) anticipates awarding up to FOUR (4) Indefinite Delivery, Indefinite Quantity Contracts for Architect-Engineer (A/E) Services under this solicitation. The contract awards will be for ENGINEERING SERVICES RELATED TO THE DESIGN OF ROADS AND BRIDGES to be performed primarily in the states of Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. Services may be required at other locations within Federal Lands Highway Divisions nationwide. Projects typically range from 2 to 10 miles in length. Project sites will generally be associated with Federal or locally owned roads on or leading to Federal land. The work will principally be for engineering, design, and development of future construction improvement projects. Will include: a) survey and mapping associated with roadway corridors utilizing current versions of Micro-Station and GEOPAK mapping platforms; b) full spectrum of environmental clearance activities, including public involvement, project checklists, determination of level of environmental clearance required, and development of categorical exclusions, environmental assessments, or environmental impact statements, all associated resource studies, and all required permits; c) studies and recommendations by right-of-way, geotechnical, hydraulic, structural, and landscape architecture staff, and d) preparation of preliminary, intermediate, and final roadway design packages resulting in a completed plans, specifications, and estimate (PS&E) package. This procurement is being solicited on an UNRESTRICTED BASIS to A/E firms licensed and registered within one or more of the aforementioned states served by WFLHD. Each contractor or their Sub-consultant shall be required to have a PE license for each state listed and be capable of performing in all states. The TOTAL AMOUNT of services ordered shall not exceed $10,000,000 during the life of the contract with no individual task order to exceed $2,000,000. Each award will be to a different A/E firm. Each selected A/E firm is guaranteed a minimum amount of $5,000 of work during the life of the contract. The term of each contract will be five (5) years. All work will be guided by individual task orders and statements of work plus WFLHD policies and directives. Selected firms must comply with Equal Employment Opportunity requirements in accordance with FAR 22.8. The North American Industry Classification System (NAICS) code for this acquisition is 541330 (Engineering Services); the small business size standard is $4 million. Subcontracting plans will be required for large businesses in accordance with FAR 19.7. The subcontracting plan must show the firm’s intended use of small business, HUBZone small business, small disadvantaged business, veteran-owned small business, service-disabled veteran-owned small business, and women-owned small business concerns. Subcontracting Plans are not required with the submission of SF 330. PREREQUISITES AND SELECTION CRITERIA: Only firms meeting the following prerequisites will be considered and further evaluated for possible selection: a) Five (5) years progressive highway design experience; b) Three (3) years progressive experience in completing environmental clearance documents on highway corridors on or adjacent to publicly owned land; c) Three (3) years utilizing current versions of Micro-Station and GEOPAK mapping platforms; and d) Firms responding must address, and demonstrate with specific examples, how they meet the prerequisites in Section F of the SF 330. The following criteria, in descending order of importance, will be used in the evaluation of prospective firms: 1. Professional qualifications necessary for satisfactory performance (20% weight): a. proposed team in terms of each member’s professional background experience in highway design and construction in rural areas, including publicly owned lands; and b. professional staff’s educational background and valid professional registrations in the Western United States (Alaska, Idaho, Montana, Oregon, Washington, Wyoming). Professional documents produced under each contract will require a Registered Land Surveyor license and PE certification relative to the state in which the project work is located. c. Professional staff’s past experience in their technical field. 2. Specialized and recent experience and technical competence (either as a firm or through individual experience by proposed team members) in work in rural areas or on publicly owned land. Rural areas consist of any areas that are not within any city limits. The projects planned will be in remote areas on Forest highways in undeveloped locations in all six of our states listed. (30% weight): a. Highway design (including context sensitive solutions) and engineering in rural areas including publicly owned land, utilizing current versions of Micro-Station and GEOPAK design platforms, as demonstrated by relevant examples of previous work similar in nature and magnitude; b. Highway survey and mapping in rural areas including publicly owned land, utilizing current versions of Micro-Station and GEOPAK mapping platforms, as demonstrated by relevant examples of previous work similar in nature and magnitude; c. Highway related environmental engineering and environmental clearance actions in rural areas including publicly owned land, as demonstrated by relevant examples of previous work similar in nature and magnitude; d. Geotechnical engineering in rural areas including publicly owned land, as demonstrated by relevant examples of previous work similar in nature and magnitude; e. Hydraulic and hydrology engineering in rural areas including publicly owned land, as demonstrated by relevant examples of previous work similar in nature and magnitude; f. Bridge and related highway structural engineering in Mountainous Terrain, including publicly owned land, as demonstrated by relevant examples of previous work similar in nature and magnitude; g. Landscape Architecture associated with highways in rural areas including publicly owned land, as demonstrated by relevant examples of previous work similar in nature and magnitude; h. Right-of-way and utilities engineering in rural areas, including publicly owned land and privately owned properties near and abutting publicly owned lands, as demonstrated by relevant examples of previous work similar in nature and magnitude; i. Value engineering, including projects on publicly owned land and privately owned properties near and abutting publicly owned lands, as demonstrated by relevant examples of previous work similar in nature and magnitude; and j. Demonstrated ability for excellence on the basis of honors, awards, and recognition. 3. Ability to accomplish the work in the required time and to accomplish concurrent task orders issued under this IDIQ (in terms of expertise and numbers appropriate for this work). (15% weight): a. Current staffing of the firm and its proposed sub-consultants; b. On-going workloads of the firm and its proposed sub-consultants and their capability of undertaking this contract and the priority it will likely receive in relation to other work; c. Where sub-consultants are proposed, identify the level of direct involvement in this project by the prime firm; d. The firm’s proposed method of contract administration and project management; e. Direct involvement in this contract of personnel who make up the ownership of the firm; and f. Proposed method for controlling scope, schedule, quality control, and budget on specific projects. 4. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (20% weight): a. Conformance to program requirements and scope of services; b. Adherence to budgets; c. Delivery of submittals within schedules; and d. Preparation of complete, clear, and comprehensive reports, assessments, and highway design packages requiring minimum review changes. 5. A staff with knowledge and experience in Highway Engineering/Environmental issues of the Western United States (Alaska, Idaho, Montana, Oregon, Washington, Wyoming) (10% weight). 6. Small Disadvantaged Business (SDB) participation. SDB Participation at the Prime and Sub-consultant level (See Solicitation Provision 52.219-24, Small Disadvantaged Business Participation Program – Targets). Provide SDB targets, expressed as dollars and percentages of the total contract value (5% weight): a. Provide a total target for SDB participation by the offeror; and b. Provide a total target for SDB participation by sub-consultants; list all sub-consultants. All SDB Concern targets will be incorporated into and become part of any resulting contract. After contract award, the Contractor shall notify the Contracting Officer of any substitutions of firms that are not SDB concerns. A/E firms meeting the requirements described in this announcement are invited to SUBMIT A COMPLETED SF 330. Firms responding should submit a single SF 330 and list their intended use of outside consultants or associates in Part I, Section C. The list of up to 10 projects included in Part I, Section F, of the SF 330 may be projects demonstrating the competence of the firm and any outside consultants or associates listed in Section C. Section F may not exceed 12 pages single-sided, and the minimum acceptable text size in Section F is 12 point. The business size status should be indicated in Part II, block 5b of the SF 330. 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 TEN (10) COPIES (PAPER COPIES ONLY) OF YOUR RESPONSE BY 4:00PM LOCAL TIME MARCH 8, 2005. Additional information about WFLHD Architect/Engineering Procurement may be found on our website at http://www.wfl.fhwa.dot.gov/edi/ae.htm. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs): The Department of Transportation (DOT), offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with interest at prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information about the Bonding Assistance Program, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JAN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-AUG-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOT/FHWA/WFL/DTFH70-05-R-00001/listing.html)
 
Place of Performance
Address: Services to be provided primarily in the States of AK, ID, MT, OR, WA, and WY, but may be required at other locations nationwide.
 
Record
SN01107549-F 20060806/060804230356 (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.