Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2014 FBO #4724
SPECIAL NOTICE

C -- Intent to Sole Source

Notice Date
10/29/2014
 
Notice Type
Special Notice
 
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
DTFH68-15-I-00001
 
Archive Date
11/13/2014
 
Point of Contact
Aaron L. Sanford, Phone: 7209633090
 
E-Mail Address
aaron.sanford@dot.gov
(aaron.sanford@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Under the authority of FAR 6.302-1, The Federal Highway Administration (FHWA), Central Federal Lands Highway Division (CFLHD), Lakewood, CO, intends to negotiate a sole source contract with Okahara & Associates, Inc. 200 Kohola Street, Hilo, HI 96720 for the acquisition of Architect and Engineering (A&E) Services. This notice is posted per FAR 5.201. Background Information Okahara and Associates competitively competed and was previously awarded an IDIQ contract with the Central Federal Lands Highway Division. Under that contract a task order was executed to provide Engineering Services to support the development of contract documents and right of way acquisition support for the planned construction of the Saddle Road project. The task order period of performance was inadvertently allowed to expire on August 28, 2014, even though the contract work requirements are ongoing. A brief narrative describing justification for proceeding with a sole source contract with Okahara and Associates is provided below: (a) It is in the best interest of the government to award Okahara & Associates a follow-on contract to complete the work. Work is currently in the negotiation phase of right of way acquisition, and considered sensitive. Working relationships have been created and nurtured between Okahara & Associates, the public and partner agencies. A change in point of contact has the potential to cause unacceptable delays to the completion of the work. (b) A new contract with an A&E firm unfamiliar with the work requirements and stakeholders would result in a duplication of work which would cause increased cost, liability, and time on the government as it would take a significant effort for a new contractor to become familiar and up to speed with the complex issues associated with this project. Additionally, the time associated with understanding and resolving project issues would likely cause delays to the project schedule. Summary Description of Work The Scope of Work (SOW) is to perform engineering, geotechnical, right-of-way, utilities, permits, and project management services towards delivery of final plans for the Federal Highway Administration, Central Federal Lands Highway Division (CFLHD) for proposed improvements to Hawaii State Route 200, Saddle Road beginning at the East Side of Saddle Road from mile post (MP) 6 to 11 at a new connection to the Puainako Street Extension project. The other part of this SOW is to perform the design of final mitigation items called for in the September 2009 Biological Opinion (BO) issued by the US Fish & Wildlife Service, including the design and fabrication of interpretive exhibits called for in the 1999 Memorandum of Understanding (MOA) among the Advisory Council on Historic Preservation, the Hawaii Historic Preservation Officer and the Federal Highway Administration to mitigate impacts to historic properties occurring from construction of the Saddle Road project. The 2009 BO addresses, among other things, project impacts that may affect listed species and critical habitat in a manner or to an extent not considered in the original opinion dated July 17, 1998. The MOA called for the development and implementation of a ‘Treatment Plan' of interpretive mitigation of designated sites within the construction corridor. This is not a solicitation. This notice is not considered a Request for Quotation or Proposal. No solicitation document is available and telephone requests will not be honored. No contract will be awarded on the basis of offers received in response to this notice. All responsible sources may submit a capability statement proposal, or quotation, which shall be considered by the agency. If no responses are received by 2 p.m. MDT, June 12, 2014, the Government reserves the right to execute an award without publishing a solicitation. A determination by the Government not to compete this proposed contract is solely within the discretion of the Government. Responses must be submitted to cflcontracts@dot.gov no later than the time and date noted above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-15-I-00001/listing.html)
 
Place of Performance
Address: Federal Highway Administration, Lakewood, Colorado, 80228, United States
Zip Code: 80228
 
Record
SN03560931-W 20141031/141030001046-9b946056a0c5f28cfff0541b2ade0286 (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.