Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

C -- Highway Pavement Management Application (HPMA) Program Support Services IDIQC

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
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
DTFH71-10-R-00002
 
Archive Date
11/10/2010
 
Point of Contact
Peggy Schaad, Fax: 571-434-1551, Shirley A Anderson, Fax: 703-404-6217
 
E-Mail Address
eflhd.contracts@fhwa.dot.gov, EFHLD.contracts@fhwa.dot.gov
(eflhd.contracts@fhwa.dot.gov, EFHLD.contracts@fhwa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Set-Aside The Federal Highway Administration (FHWA), Federal Lands Highway Program (FLHP) through Eastern Federal Lands Highway Division (EFLHD) anticipates awarding a Sole Source Indefinite Delivery, Indefinite Quantity Contract (IDIQC) for providing Transportation Planning Program Support in the preparation of transportation studies and software revisions. EFLHD procured Pavement Management System (PMS) software (Contract DTFH71-04-C-00019 awarded 12/19/2003) to manage the road system of the National Park Service in their Park Roads and Parkway (PRP) program. Other Federal Land Management Agencies (FLMA) such as the US Forest Service, Fish and Wildlife Service, Bureau of Land Management within the United States also has road systems and requires PMS support. This software is a customized version of Stantec Consulting’s (Stantec) proprietary software, Highway Pavement Management Application (HPMA). HPMA uses pavement condition data (collected by the EFLHD Roadway Inventory Program), through a comprehensive set of analysis models, to determine current and future road and network condition; define a set of Maintenance and Rehabilitation (M&R) needs of the network’ prioritize and budget for the M&R treatments and development of the M&R program of projects. EFLHD sporadically encounters circumstances where additional revisions to the existing NPS software may be necessary or a new setup of the software is required for new HPMA users. Tasks The types of work Stantec will be required to perform under this contract include, but are not limited to, Transportation Planning in the form of revisions to the existing HPMA software to perform additional tasks that might arise; and conducting analyses of roadway networks as required developing prioritized or optimized lists of projects for the FLMA. This includes: 1) Revision or alteration of the HPMA database to allow for addition of newly collected data. 2) Revision or alteration of the HPMA software to allow for utilization of new data in existing equations or to allow for existing or new data to be utilized in new equations. 3) Revision or alteration of the HPMA software to allow the new information displays or outputs (Word, Excel, etc) not currently provided for. 4) Conduct analyses, evaluate data and report outputs for various FLMA and their respective subdivisions. All Task Orders issued under the IDIQC will be firm-fixed price. The individual Task Orders will be negotiated and issued based on the terms of the IDIQC when services are required for a specific project. The Contract will be for one (1) base year and four (4) optional additional 1 year extensions This procurement is being made under the North America Industry Classification Code 541330. Annual Representations and Certifications FAR 52.204-8 (Feb 2009). 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 https://vets100.vets.dol.gov per FAR 52.222-37(Sept 2006). Please send all questions concerning this project to eflhd.contracts@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. IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in 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 on line 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 $550,000 ($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. 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]. Stantec is a large business, they shall comply with Federal Acquisition Regulations Part 19 regarding the requirement for a small business sub-contracting plan. The proposed length of this IDIQC will be for one base year period with four (4) one-year option periods. To be eligible for contract award a firm must be registered in the Central Contractor Registration (CCR), register via the Internet site at http://www.ccr.gov Stantec will be required to submit their data on the Standard Form 330. Request for Proposal submitted is required to have the following criteria: (1)Professional qualifications of the personnel necessary for satisfactory performance; (2)Specialized experience and technical competence of the firm in the type of work required (3)Capacity of the firm to accomplish the work in the required time; (4)Past performance on contracts with Federal Government, State, and/or County agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Include any awards received within the last 5 years along with references that include Point of Contact and phone number. No solicitation package is available. The firm will be awarded IDIQCs based solely on data contained in their SF330s, references. After successful negotiations with the firm, IDIQCs will be awarded. All Task Orders issued under the IDIQCs will be firm-fixed price. The individual Task Orders will be negotiated and issued based upon the terms of the IDIQC when services are required for a specific project(s). The maximum amount for the total contract is $200,000.00 including Base and Four – one year options. For each option year, if exercised, the minimum guaranteed amount of $1,000.00. Stantec is invited to submit Part I of the SF 330 for the prime and Part II of the SF 330 for each member of the proposed team or subcontractors, by addressing a transmittal letter to the office shown. The SF 330 should be completed per the instructions on the form and may be expanded, if necessary, to address the selection criteria fully. Submittals are due November 30, 2009 at 2:00 p.m. local time; send one (1) stamped original and Two (2) copies of the submittals to: Federal Highway Administration Attn: Peggy Schaad/Shirley Anderson 21400 Ridgetop Circle Sterling, VA 20166 Clearly label the envelope with reference to DTFH71-10-R-00002 in a prominent location. Stantec will be notified of the results approximately 60 days after the closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-10-R-00002/listing.html)
 
Record
SN02002034-W 20091112/091111000141-dce7ff19de542d1e9b993b0ea53ecce9 (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.