SOLICITATION NOTICE
C -- Architect-Engineer Project Development and Post Design Services Indefinite Delivery Indefinite Quantity Contracts
- Notice Date
- 2/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
- ZIP Code
- 80228
- Solicitation Number
- DTFH68-09-R-00003
- Archive Date
- 4/5/2009
- Point of Contact
- Tiffany C Atchison, Phone: 720-963-3354
- E-Mail Address
-
tiffany.atchison@fhwa.dot.gov
- Small Business Set-Aside
- N/A
- Description
- Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration anticipates awarding up to three Full-Service Indefinite Delivery Indefinite Quantity (IDIQ) contracts for architect-engineer (A-E) services. Projects will primarily involve improvements to low-volume and low-speed roadways ranging from 3R (resurfacing, restoration and rehabilitation) to full reconstruction. Transportation engineering services will include all pertinent highway work needed to conduct planning, scoping, preliminary and final design to prepare contract documents in support of several federally funded programs administered by CFLHD. TYPE OF CONTRACT: This procurement is being solicited on an unrestricted basis to A-E firms licensed and registered within one or more of the states served by CFLHD. Professional documents produced under each contract will require a Professional Engineer and/or a Registered Land Surveyor license relative to the state in which the project work is located. Each contract awarded will consist of 1 base year and options to extend the contract for 4 additional 1-year periods. Each successful A-E firm will be re-evaluated each year to determine award of options to extend the contract. The guaranteed contract minimum shall not be less than $25,000, with a maximum not-to-exceed 5-year total of $10 million. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Task orders may or may not be for a complete project or series of projects. Selected firms must comply with Equal Employment Opportunity requirements in accordance with FAR 22.8. Subcontracting plans will be required by the selected firms for large businesses in accordance with FAR 19.7. The subcontracting plan must show the firms 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 submission of SF 330. GENERAL SCOPE OF WORK: CFLHD operates as part of the Office of Federal Lands Highway, serving the transportation engineering needs of Federal Land Management Agencies (FLMA) such as the National Park Service, the U.S. Forest Service, and the U.S. Fish and Wildlife Service. These roadways are typically maintained by the local county or state DOT’s. This work will be associated with Federally funded road projects with the majority of work being funded through the Federal Lands Highway Program (FLHP), which includes five core areas; the Refuge Road Program; the Park Roads and Parkways Program; the Indian Reservations Roads and Bridges Programs; the Forest Highways Program; and the Public Lands Highways Discretionary Program. Projects are typically located in environmentally sensitive areas that necessitate context-sensitive design techniques and processes. The geographic area of CFLHD includes, but is not limited to, Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming. Highway segments will be designed in accordance with current AASHTO policy, Federal Lands Highway procedures, Federal Lands Highway Project Development and Design Manual with CFLHD supplements, and/or specific project criteria as determined by CFLHD. CFLHD uses both International System of Units (Metric) and U.S. Customary Units (English). Work must be performed and delivered using the following programs and formats: GEOPAK© (highway and earthwork design), MicroStation©.DGN file format (plans and drawings), and the current version of Microsoft Office© (word processing, spreadsheet, database, etc.). Some project development activities may be accomplished by CFLHD, by other Government agencies, or by other consulting firms. Agency coordination, document and report preparation, management of public meetings, and other public/agency involvement may be required. SERVICES REQUIRED UNDER THE CONTRACT: The scope of task orders may include, but are not limited to: (A) Project Management involves the leadership of the project through activities such as close coordination with the CFLHD project manager, coordination with the internal design team, subconsultants, and external agencies. Project management will also involve management of the project scope, schedule, budget, and the QA/QC process as well as involvement and leadership in project decisions that affect the development and delivery of contract documents. (B) Highway design activities utilizing context-sensitive design principles in performance of tasks such as reconnaissance and conceptual studies; safety reviews, analyses, and studies; value engineering studies; preliminary design and line and grade studies; earthwork estimations; final design; and preparation of plans, specifications, and estimates (PS&E). (C) Environmental compliance services such as, but not limited to, studies, recommendations, and reports for wetlands, threatened and endangered species, sensitive species, cultural and historical resources, socio-economic effects, hazardous materials, wild and scenic rivers, wildlife and fisheries, noise, visual quality, water quality, air quality, land use, floodplain, environmental justice, cumulative and indirect effects, mitigation for impacts, and interagency coordination of environmental concerns and participation and coordination of public involvement meetings and hearings; preparation of reports and decision making documents required for the National Environmental Protection Act (e.g., categorical exclusions, environmental assessments, environmental impact statements); FHWA Section 4(f) provisions; and Corps of Engineers Section 404 permits, 401 certifications and other necessary project permits. (D) Geotechnical engineering such as comprehensive identification of geologic hazards through surface and subsurface investigations; pavement and subgrade improvement design; shallow and deep foundation design; retaining wall design; earthwork shrink/swell recommendations; earthwork cut and fill slope recommendations; soil and rock slope stability and excavation methods; erosion survey and mitigation; material source characterization; landslide analyses and mitigation recommendations; instrumentation deployment; and laboratory testing of materials. (E) Bridge and other structural design activities (e.g., retaining walls, box culverts). (F) Hydraulic and hydrologic engineering for the determination of roadway surface and topographic drainage including design discharges and water surface profiles; flood plain and scour analyses; culvert and drainage system surveys; culvert and headwall design; and development and preparation of certain permit applications. (G) Surveying and mapping services such as photogrammetric mapping and/or ground surveys; cadastral surveys; bridge site surveys; location and final design topographical surveys; analytical aerial triangulation; digital terrain modeling; and compilation of topographic and planimetric features. (H) Right-of-way and utility services such as preliminary right-of-way studies and boundary compilations; preparation of right-of-way plans, legal descriptions and highway easement deeds; familiarity with right-of-way acquisition procedures; utility research and coordination; and utility conflict resolution and relocation plans and agreements. (I) Post design support and review services of firm generated plans, specifications, and estimates such as, but not limited to; falsework and structures submittals; value engineering proposals; and site visits to perform specialized inspections. (J) Transportation planning activities such as analysis of transportation needs and priorities and opportunities for multi-modal integration and alternative transportation systems development. SELECTION CRITERIA: The following evaluation criteria, in descending order of importance, shall be used in the evaluation of prospective firms. Firms shall address each evaluation criteria listed below. If the evaluation criteria are not responded to elsewhere on the SF 330, firms shall respond to evaluation criteria in Section H of the SF 330. (1) Professional qualifications of the firm, staff and subconsultants identified to work on the contract. Qualification statements should clearly identify the specialized qualifications of those individuals anticipated to work on the contract that align with the type and scope of work to be performed. (2) General and specialized experience and technical competence of the firm and its subconsultants to perform work similar to CFLHD projects consisting primarily of two-lane highways in environmentally sensitive areas requiring context sensitive design solutions. (3) Capacity to accomplish a flexible program workload in a high quality manner with experienced and qualified resources applicable to the work requested under this contract. (4) A Project Delivery process, including a Quality Assurance/Quality Control program, that shows a project management led organizational structure, approach, and philosophy that shows the successful completion of multidiscipline task orders on project similar to those of CFLHD. (5) Past performance on contracts similar to those of CFLHD relating to cost control, quality of work, and compliance with performance schedules. (List, but do not submit, recent awards, commendations, or other superior performance indicators). Include any innovative and creative methods (packaging, field investigation, contract document representation, etc…) that were used to expedite and fast-track the project delivery process. (6) Proximity of the firm’s facilities to CFLHD Headquarters and the ability to deliver projects in the CFLHD 14 state area. Projects in Hawaii are not anticipated. Identify office location(s) for A-E and subconsultants and the distribution of capabilities, services, and resources within each facility location. SUBMISSION REQUIREMENTS: Firms desiring to be considered must submit 7 sets of documents containing copies of the completed SF 330. Bind each set with front and back covers. The front cover will show the submitting firm’s name and address, the solicitation number, closure date of the solicitation, and any other pertinent information. Divide each set into the following labeled sections: Section 1 will include a cover letter; Section 2 will include the Part I of the SF 330 (without instructions), with tabbed subsections for Items A through I. Provide an organizational chart under Item D including the prime consultant and all subconsultants listed under Item C. Item F is limited to 10 projects showing examples of past performance relevant to quality, budgeting, and timeliness on projects similar to CFLHD work. Item H may include a list of recent awards, letters of recommendation, and other superior performance indicators, including subject matter and point of contact as well as other responses to the evaluation criteria that are not responded to elsewhere. Item H of the SF 330 is limited to 20 total pages, 8.5 X 11, printed front and back. Section 3 will include Part II of SF 330 and should include a tab for each firm. Part II of the SF 330s are limited to 6 pages total for the submitting firm and for each sub-consultant. Submit data that the firm feels adequately demonstrates experience and qualifications to perform the required work. Only responses received in this office no later than 2:00 p.m., Lakewood, Colorado local time, March 05, 2009, will be considered. No other general notification to firms will be made and no further action is required. This is not a request for proposal. No solicitation package is available. Short-listed A-E firms and their proposed sub-consultants will be expected to travel to Lakewood, Colorado, for oral presentations during the time frame of April 13 - 17, 2009. Selection of firms for award shall be in accordance with FAR 36.602-3 and 36.602-4. The CFLHD web page address is http://www.cflhd.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e18c5f709db5ba8642ebd2153cfffd4f&tab=core&_cview=1)
- Place of Performance
- Address: CFLHD, 12300 W Dakota Ave, Lakewood, Colorado, 80228, United States
- Zip Code: 80228
- Zip Code: 80228
- Record
- SN01742114-W 20090204/090202214917-e18c5f709db5ba8642ebd2153cfffd4f (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 |