DOCUMENT
C -- GENERAL ARCHITECTURAL AND ENGINEERING CONSULTANT SERVICES - SYSTEMS IDIQ - SOLICITATION
- Notice Date
- 6/12/2015
- Notice Type
- SOLICITATION
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Washington Metropolitan Area Transit Authority, Procurement and Materiels, PRMT-JGB, 600 5th Street, Washington, District of Columbia, 20001
- ZIP Code
- 20001
- Solicitation Number
- FQ15192
- Archive Date
- 6/12/2016
- Point of Contact
- MICHAEL D. GLIMP, Phone: 2029622086, Errol Roper, Phone: 2029625870
- E-Mail Address
-
mdglimp@wmata.com, eroper@wmata.com
(mdglimp@wmata.com, eroper@wmata.com)
- Small Business Set-Aside
- N/A
- Description
- FQ15192 ATTACHMENT B - Certificate of Current Cost or Pricing Data FQ15192 ATTACHMENT A - BILLING RATE TABLE - EXCEL FQ15192 ATTACHMENT A - BILLING RATE TABLE REQUEST FOR PROPOSAL The Washington Metropolitan Area Transit Authority (WMATA) requires the services of a qualified Architectural and Engineering firm to provide professional engineering services to a wide variety of new design and construction related tasks, and maintenance, repair and renovation tasks requiring the full range of engineering services. This effort pertains to both Metrorail and Metrobus. These other services may include professional engineering related services, or incidental services that may be performed by a professional engineer, or individuals working under their direction, who may logically or justifiably perform these services. The General Architectural and Engineering Consultant (GAEC) shall assist the Authority by providing certain professional engineering, and surveying services associated with new construction and the renovation, repair and maintenance of Authority facilities located in the District of Columbia, Maryland and Virginia. Professional engineering services will be required in the following disciplines: (1) Automatic Fare Collection (2) Automatic Train Control (3) Communications (excluding IT) (4) Trackwork (5) Power and Mechanical to include Traction Power, Electrical Power and Mechanical disciplines This solicitation shall be conducted in accordance with the Brooks Act. Award will be made to the offeror who is determined to be the highest qualified, is deemed responsible, whose proposal conforms to the solicitation's requirements, and who is judged, by the Contractor Evaluation Board's (CEB) assessment of the specific criteria, defined in Article 18, to best meet the Authority's requirements at a reasonable price. It is anticipated that one contract will be awarded from this solicitation for an estimated total aggregate value of $80,000,000, and will have a 24 month base period plus three (3) twelve (12) month option periods. A Minimum Guarantee amount of $2,500 will apply to the Base Period only. Only Architect or Engineering firms may compete for this contract. Firms are required to submit documentation that the firm is an architect or engineering firm and is to provide that documentation in Section H of the SF330. Documentation can be the firm's engineering registration number from a State Board of Professional Engineers if the State in which the firm is located has a firm registration requirement, or it can be resumes of the senior engineers/architects that are managing the firm showing that they are registered engineers or architects. A pre-proposal conference will be held at 1:00 p.m. on June 26, 2015, in the Lobby Level Meeting Room of the WMATA Jackson Graham Building, 600 5th Street, NW, Washington, DC 20001. Consultant attendance shall be limited to no more than two (2) attendees per consultant. It is requested that offerors submit their questions in writing, whether in advance of the meeting or during the meeting. Questions from the floor, however, are permissible. If you have any questions, Technical, Contractual, or Administrative, please e-mail them to com-inbound-a--e-idiq-gec--systems@procoretech.com no later than 2:00 PM, July 15, 2015. WMATA will provide written answers via an amendment to the solicitation posted on our website. Your proposal must be received with all required submittals as stated in the RFP, no later than 2:00PM, July 15, 2015, at WMATA, Office of Procurement and Materials, 600 Fifth Street, NW, Room 3C-02, Washington, DC 20001-2651
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/WMATA/WMATA01/WMATAPRMT01/FQ15192/listing.html)
- Document(s)
- SOLICITATION
- File Name: WMATA SOLICITATION WEBSITE (http://www.wmata.com/business/procurement_and_contracting/solicitations/view.cfm?solicitation_id=3328)
- Link: http://www.wmata.com/business/procurement_and_contracting/solicitations/view.cfm?solicitation_id=3328
- File Name: Disadvantaged Business Enterprise (DBE) Program Information (http://www.wmata.com/business/disadvantaged_business_enterprise/)
- Link: http://www.wmata.com/business/disadvantaged_business_enterprise/
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: WMATA SOLICITATION WEBSITE (http://www.wmata.com/business/procurement_and_contracting/solicitations/view.cfm?solicitation_id=3328)
- Place of Performance
- Address: 600 Fifth Street, NW, WASHINGTON, District of Columbia, 20001, United States
- Zip Code: 20001
- Zip Code: 20001
- Record
- SN03762563-W 20150614/150612234830-b26a0aa4906b6c89a7b96ec600ac0281 (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 |