Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2010 FBO #2969
SOLICITATION NOTICE

C -- GEOTECHNICAL ENGINEERING AND PAVEMENT DESIGN SERVICES

Notice Date
1/8/2010
 
Notice Type
Presolicitation
 
NAICS
541360 — Geophysical Surveying and Mapping 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-00004
 
Point of Contact
James E. Wright, Phone: 7034046287, Jason L. Albright, Phone: 703-404-6212
 
E-Mail Address
james.wright@dot.gov, Jason.Albright@fhwa.dot.gov
(james.wright@dot.gov, Jason.Albright@fhwa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
GEOTECHNICAL ENGINEERING AND PAVEMENT DESIGN SERVICES Description The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD) anticipates awarding one or more Indefinite Delivery, Indefinite Quantity Contracts (IDIQC) for Geotechnical Engineering and Pavement Design services as required by the EFLHD of the FHWA within the Eastern United States. The work will be primarily highway and bridge geotechnical and pavement design services including pavement and other field investigations, geophysical and geotechnical investigations, laboratory testing, engineering analysis and engineering report preparation, inspections, providing on-site engineering support, construction support, etc. The purpose of this procurement is to select one or more firms highly qualified to provide these engineering services. The firm will have in-house primary services capability. In accordance with Federal Acquisition Regulation (FAR) Clause 52.216-27 Single or Multiple contracts may result from this solicitation. The place of performance includes Maine, Vermont, New Hampshire, Massachusetts, Connecticut, Rhode Island, New York, New Jersey, Delaware, Pennsylvania, Maryland, Virginia, West Virginia, the District of Columbia, Ohio, Michigan, Indiana, Kentucky, Wisconsin, Iowa, Minnesota, Illinois, Missouri, North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Tennessee, Arkansas, Louisiana, Puerto Rico, and the U.S. Virgin Islands. The selected firm(s) will provide personnel qualified in highway geotechnical engineering and pavement design work. As part of the awarded IDIQC the selected firm(s) agrees to utilize the personnel listed in the SF-330 that was agreed to during the negotiation of this contract. If at any time the selected firm(s) is unable to use the personnel specified, it will request approval from the CO, to use other personnel. To obtain CO approval, the Firm will request the substitution in writing, and provide resumes for the new individuals, for the review of the CO. NOTE: Solicitation package(s) will only be issued to the selected firm(s). This procurement is being made under the North America Industry Classification Code 541360 and is open to all business concerns. If any large businesses are selected, they will comply with Federal Acquisition Regulations Part 19 regarding the requirement for a small business sub-contracting plan. The proposed length of the IDIQC will be for one base year period and with four (4) one-year option periods. Architect Engineering (A/E) procedures will be used to select a firm(s), which must be capable of providing the required geotechnical services, either independently or in conjunction with subcontractors. To be eligible for contract award a firm must be registered in the Central Contractor Registration (CCR), register via the CCR Internet site at http://www.ccr.gov. All work must be performed or approved by a registered Professional Engineer. The firm(s) will be selected based on data contained in the Standard Form 330. All electronic plans and specifications must be in Microsoft Office (Word, Excel, etc.), Microstation and GEOPAK software. Familiarity with the FHWA is desired and AASHTO policies are required. Pre-selection and selection will be based on the following criteria: (1) Professional qualifications necessary for satisfactory performance; (2) Specialized experience and technical competence in the type of work required; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government, State, 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; (5) Location in the general geographical area of the project and knowledge of the locality of the project; Note that criteria (1) and (4) are worth 25 points each, criteria (5) is worth 20 points, and criteria (2) and (3) are worth 15 points each.. Although this solicitation is open to all firms, the following is provided for minority, women, and disadvantaged business enterprises only: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. The successful firm(s) will be awarded an IDIQC based solely on data contained in the SF-330, references, and presentations/interviews of pre-selected firms. (Forms can be downloaded from http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF Once the presentations are completed, the Government will select the one or more firms to negotiate an IDIQC with. Upon the successful completion of the negotiations with the selected firm(s) an IDIQC will be awarded. All Task Orders issued under this IDIQC 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 minimum guaranteed contract amount is $3,000 per year, and the estimated maximum total contract amount is $5,000,000. Interested firms having the capabilities for this work are invited to submit Part I of the SF-330 for the prime and/or joint venture firm, and a Part II of the SF-330 for each member of the proposed team or subcontractors, by addressing a transmittal letter to the office shown. Joint Ventures must also submit a copy of the Joint Venture Agreement. The SF-330 should be completed per the instructions on the form and may be expanded, if necessary, to address the selection criteria fully. Primary firm needs to include their DUN's number in the cover letter. Submittals are due on February 23, 2010 at 2:00 p.m. local time; send one original and five (5) copies of the submittals to: Federal Highway Administration Attn: James Wright/Jason Albright 21400 Ridgetop Circle Sterling, VA 20166 Clearly label the envelope with reference to DTFH71-10-R-00004 in a prominent location. All firms will be notified of the results approximately 90 days after the closing date. Point of Contact James Wright, Program Assistant, Phone (703) 404-6287, Fax (571) 434-1551, Email EFLHD.AE@dot.gov - Jason Albright, Program Assistant, Phone 703-404-6212, Fax 571-434-1551, EFLHD.AE@dot.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-10-R-00004/listing.html)
 
Place of Performance
Address: Maine, Vermont, New Hampshire, Massachusetts, Connecticut, Rhode Island, New York, New Jersey, Delaware, Pennsylvania, Maryland, Virginia, West Virginia, the District of Columbia, Ohio, Michigan, Indiana, Kentucky, Wisconsin, Iowa, Minnesota, Illinois, Missouri, North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Tennessee, Arkansas, Louisiana, Puerto Rico, and the U.S. Virgin Islands., United States
 
Record
SN02038633-W 20100110/100108235901-fedbc1f41c13b0494a659f3b04b1f4c0 (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.