Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2014 FBO #4505
SOURCES SOUGHT

C -- TRANSPORTATION ENGINEERING SERVICES IN SUPPORT OF PROJECTS PRIMARILY AT MILITARY INSTALLATIONS IN THE HAMPTON ROADS REGION OF VIRGINIA

Notice Date
3/24/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008514R8120
 
Response Due
4/7/2014
 
Archive Date
4/22/2014
 
Point of Contact
Jeff Haycox
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF SOURCES SOUGHT ANNOUNCEMENT TO SOLICITATION N40085-14-R-8120 INDEFINITE QUANTITY/ INDEFINITE DELIVERY CONTRACT FOR TRANSPORTATION ENGINEERING SERVICES IN SUPPORT OF PROJECTS PRIMARILY AT MILITARY INSTALLATIONS IN THE HAMPTON ROADS REGION OF VIRGINIA DESCRIPTION This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for U.S. Small Business Administration (SBA) certified 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses and/or Small Business, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. This resultant contract will be for Transportation Engineering/Design and Planning Services as described below and will be procured in accordance with the Brooks Act as implemented by FAR Subpart 36.6. Transportation engineering and planning services are required for one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract for projects located primarily within the Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic Area of Responsibility (AOR). The preponderance of work will be primarily the Hampton Roads region of Virginia; however, projects may be included that serve the entire NAVFAC Mid-Atlantic AOR and NAVFAC Atlantic AOR. PROJECT INFORMATION Projects can be categorized as traffic engineering and transportation planning design projects and shall include, but are not limited to (listed in order of importance for this solicitation): 1.Transportation Planning a.Land uses analysis existing and future demands b.Pier demand requirements c.Trip calibration factors/methodologies for Military Installations d.Access management e.Use of Cube and TransCAD 2.Traffic engineering studies/design/operation a.Data Collection b.Signal Design c.Signal Timing d.Entry Control Point Gate Analysis e.Queuing, field observations, peak hour spreading f.Use of Synchro, Sidra, Highway Capacity Software (HCS) g.Use of Advanced Land Transportation Performance Simulation 3.Intelligent Transportation Systems (ITS) a.Design b.Regional Architecture and Integration c.Communications 4.Parking a.Occupancy b.Turnover c.Policy 5.Multimodal Studies a.Bicycle/pedestrian b.Transit 6.Roadway Design a.Alternatives analysis b.Interchange concept designs and Interchange Justification Report (IJR), Interchange Modification Report (IMR) analysis c.Use of CORSIM, SimTraffic d.Other to include horizontal, vertical and miscellaneous roadway design 7.User Stated Preferences analysis a.Origin/Destination studies b.Queuing studies c.Development of General Survey d.GIS applications 8.Stakeholder coordination a.Integration with regional metropolitan planning organization (MPO) b.Adjacent cities/counties with regional integration c.Prioritization requirements Additional Transportation Engineering Services that may be required under this contract include but are not limited to: performing wetlands delineations; property and topographic surveys; geo-technical engineering; obtaining soil borings; assistance in the preparation of DD Form 1391 project programming documents; design, drafting, value engineering services, preparation of plans and specifications; preparation of cost estimates; hazardous materials identification and environmental testing; shop drawing review; as-built drawing preparation; Quality Assurance Plan (QAP) preparation; Title II services such as construction inspection and engineering consultation services during construction; and any other related planning and engineering services or studies in support of the above tasks. The DD Form 1391 documentation is prepared in the Navy s Electronic Project Generator (EPG) and includes cost valuation, surveying, soil borings, concept sketches, site sketches with utility points of connection; and may require enhancement of previously prepared documentation, including economic analysis and recommendations for potential utility impacts and sustainable features. Firms are required to prepare cost estimates utilizing the SUCCESS estimating systems in work breakdown structure (WBS), specifications in the SPECSINTACT program, and drawings in AutoCad 2010 format. Additionally, successful firms will also be required to provide documents in pdf format. All projects will require design in the Imperial system, unless specifically exempted. The contract requires that the selected firm have online access to e-mail via the internet for routing exchange of correspondence. All design and engineering services shall comply with the most current edition of UFC 1-300-09N Design Procedures , and other requirements as applicable. CONTRACT INFORMATION There will be one (1) selection made from this announcement. The duration of this contract will be for one (1) year from the date of an initial contract award with four (4) additional one-year option periods not to exceed a total of $15,000,000 over the whole contract duration. The minimum guarantee for the entire contract is $5,000.00 and will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction with the A-E performance under the subject contract. No other general notification to firms for other similar projects performed under this contract will be made. The type of contract is Firm Fixed Price IDIQ. The estimated start date is September 2014. The applicable NAICS code is 541330, and the small business size standard is $14,000,000. Interested sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 A-E Qualifications in the following manner: Part 1 - Contract Specific Qualifications: Complete Section A: Contract Information. Complete Section B: A-E Point of Contact. In addition to name of firm in Block 5, provide your firm's Dunn and Bradstreet Number (DUNS) and state if your firm is SBA Certified 8(a), Hubzone, SDVOSB, or Small Business. Section E - Resumes: Provide a maximum of 3 resumes for registered key personnel on your team that would be responsible for completing the required services. Section H - Additional Information: On a maximum of two pages, list a maximum of five (5) specific, completed, recent (within past 5 years) projects that demonstrate experience in the required services. List each project by a brief paragraph listing the project title, location, cost, completion date and how each project reflects experience in the required services. Again, each project shall be one paragraph in length. Section H - Additional Information: On a maximum of one page, provide a brief paragraph addressing Location; Indicate Firm's location of main offices and branch offices. Describe the team's knowledge and availability to work in the proposed geographical area. Include Section 9 - Authorized Representative, on this page; ensuring the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Responses to this Sources Sought Announcement are due no later than 2:00 p.m. EDT, 07 April 2014. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Packages should be sent to the following mailing address: Commanding Officer Naval Facilities Engineering Command, Mid-Atlantic Attn: Jeff Haycox, Contract Specialist Building Z140, Room 225 9742 Maryland Ave Norfolk, VA 23511
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008514R8120/listing.html)
 
Record
SN03318581-W 20140326/140324234725-2bf1dab8948395c911bee0b86a3684f9 (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.