Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOLICITATION NOTICE

Y -- Big Cypress National Preserve, Tamiami Trail Welcome Center 104(1)

Notice Date
7/2/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, Virginia, 20166
 
ZIP Code
20166
 
Solicitation Number
DTFH71-08-R-00013
 
Archive Date
9/30/2008
 
Point of Contact
Peggy Schaad,, Fax: 571-434-1551, Shirley A Anderson,, Phone: 703-948-1407
 
E-Mail Address
eflhd.contracts@fhwa.dot.gov, shirley.anderson@fhwa.dot.gov
 
Small Business Set-Aside
N/A
 
Description
Proposals from all business concerns will be accepted for the Big Cypress National Preserve, Tamiami Trail Welcome Center, Project Number PLH-BICY 104(1), and Solicitation Number DTFH71-08-R-00013, located in Collier County, Florida. The project consists of the construction of a new welcome center and comfort station, grading, paving, sidewalks, site utilities, stormwater management facilities, landscaping, and other miscellaneous work. The project is expected to fall within the price range of $1,000,000 to $2,000,000. The solicitation should be issued on or about July 17, 2008. Proposal due date and location will be specified on the SF 1442, Block 13a of the Solicitation. Award will be made to an offeror whose technical submittal and price proposal contain the combination of the technical qualifications (past performance of same type of projects) and price that offers the best value to the Government. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. Technical Factors: The technical capability of the offeror will be evaluated using the following factors: 1.Criterion 1 – Past Performance: The past performance of the PROJECT TEAM on COMPARABLE CONTRACTS, either solely or as a team, will be evaluated in the areas of quality, timeliness, and business relations. Offerors demonstrating a higher level of successful past performance in the evaluated areas will be more favorably rated. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated neither favorably nor unfavorably. The specific scope of work that the offeror proposes to complete using each specific project team member will be considered and should be identified in the offeror’s proposal. 2.Criterion 2 – Experience and Technical Proficiency: The offeror will be evaluated on the basis of the extent of recent experience in construction of facilities on federally owned lands that included protection of environmental resources, meeting permit requirements and level of technical proficiency of the KEY PERSONNEL and PROJECT TEAM. Offerors with a higher level of experience on COMPARABLE CONTRACTS and/or a higher level of technical proficiency will be more favorably rated. a.Subfactor 2.a – Experience and Technical Proficiency of the KEY PERSONNEL. b.Subfactor 2.b – Experience and Technical Proficiency of the PROJECT TEAM 3.Criterion 3 – Project Management and Operating Procedures: The offeror will be evaluated on the basis of scheduling, communication, coordination, tracking, safety, and cost control. Offerors must submit a draft proposed project schedule. Offerors demonstrating effective and efficient project management and operating procedures will be more favorably rated. Use Internet addresses http://www.efl.fhwa.dot.gov/contracting/Documents.aspx or https://www.fbo.gov/ (at QUICK SEARCH, type "EFLHD" and all available projects will be listed) to check for availability of all documents. All solicitation documents can be directly downloaded from these websites. Documents will no longer be mailed. Register to receive Email Notification to automatically be notified when a document is added or updated for a specific project. If firms do not register as an interested vendor at the Federal Business Opportunities website, there will be no Plan Holders List. Annual Representations and Certifications FAR 52.204-8 (Jan 2006). The Representations and Certifications must be filled-in online at http://orca.bpn.gov/. The required Annual Form Vets-100 must also be filled-in online at http://vets100.cudenver.edu/ per FAR 52.222-37. Please send all questions concerning construction projects to eflhd.contracts@fhwa.dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted. ATTENTION Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs) The Department of Transportation (DOT) offers working capital financing assistance for transportation related contracts. The DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Also FAR clause 52.232-33 requires CCR registration for payment. CCR registration is available online at the following Internet web address: www.ccr.gov. IMPORTANT SUBCONTRACTING PLANS REQUIREMENT Required from all "other than Small business" when requirement is expected to exceed $500,000 ($1,000,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer Technical Representative, and Small Business Specialist are responsible for approving a reasonable and realistic plan [FAR 19.705-4] [TAM 1219.201(e)(6)]. Legislated subcontracting goals: 5% Small Disadvantaged Business, 5% Small Women-owned Business Concern, 3% Small Disadvantaged Veteran-owned Small Business. A copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Office of Small Disadvantaged Business Utilization prior to close of negotiations (or notice to proceed with IFB) [TAM 1219.705-5 and -6].
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c1ad507b4cafeb2d53492354483ef47f&tab=core&_cview=1)
 
Place of Performance
Address: Collier County, Florida, United States
 
Record
SN01606269-W 20080704/080702221304-c1ad507b4cafeb2d53492354483ef47f (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.