Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

C -- Full Service Design IDIQ

Notice Date
3/8/2018
 
Notice Type
Sources Sought
 
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
6982AF18SS0006
 
Archive Date
4/6/2018
 
Point of Contact
Sheri Muehl, Phone: 7209633351, Craig Holsopple, Phone: 720-963-3350
 
E-Mail Address
sheri.muehl@dot.gov, craig.holsopple@dot.gov
(sheri.muehl@dot.gov, craig.holsopple@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR BID – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. Central Federal Lands Highway Division (CFLHD) operates as part of the Office of Federal Lands Highway, serving the transportation engineering needs of Federal Land Management Agencies (FLMA) such as the National Park Service, the U.S. Forest Service, the U.S. Fish and Wildlife Service as well as local roads that provide access to these federal lands. CFLHD anticipates awarding two or more Full-Service Indefinite Delivery Indefinite Quantity contract(s) for architect-engineer (A-E) services. Projects will primarily involve improvements to low-volume and low-speed roadways ranging from 3R (resurfacing, restoration and rehabilitation) to full reconstruction. The predominant geographic area of CFLHD includes, but is not limited to, Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming. Transportation engineering services will include all pertinent highway work needed to conduct planning, scoping, preliminary and final design to prepare contract documents in support of several federally funded programs administered by CFLHD. The resulting contracts will be for one base year with four one-year options and will have a maximum not-to-exceed amount of $17.5 million. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs MUST submit the following by e-mail to CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Sheri Muehl) for receipt by close of business (3 p.m. local Denver time) on March 22, 2018: (1) A positive statement of your intention to submit a proposal for this solicitation as a Prime Contractor; (2) A copy of the letter from SBA stating date of HUBZone small business certification or acceptance to the 8(a) small business program. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility – DO NOT SEND COPIES OF YOUR CCR/SAM PROFILE; (3) A list of highway design projects, located in CFLHD’s predominant geographic region, involving improvements to low-volume and low-speed roadways ranging from 3R (resurfacing, restoration and rehabilitation) to full reconstruction. Example projects should clearly demonstrate the role of your firm and your firm’s ability to perform no less than 50% of the proposed contract work with internal staff. (4) Transportation engineering services should consist of all pertinent highway engineering work needed to conduct planning, scoping, preliminary and final design to prepare contract documents including: project management, highway design, environmental compliance services, geotechnical engineering, bridge and other structural design activities, hydraulic and hydrologic engineering, surveying and mapping, right-of-way and utility services, post design support and transportation planning. State whether your firm was the prime contractor or subcontractor on each project listed. (5) Firms must be registered and licensed in a majority of the states listed above. Please provide proof of this registration. (6) The NAICS code for this procurement is 541330. Registration under this NAICS code is required. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/6982AF18SS0006/listing.html)
 
Place of Performance
Address: FHWA - CFLHD, 12300 W Dakota Ave, Lakewood, Colorado, 80127, United States
Zip Code: 80127
 
Record
SN04848414-W 20180310/180308231903-bf193dd74ddd73ccb61b64bd63a1ffdf (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.