|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,2000 PSA#2537Federal Highway Administration, 610 East Fifth Street, Vancouver, WA
98661-3893 C -- IDIQ CONTRACT FOR GEOTECHNICAL ENGINEERING SERVICES SOL
DTFH70-00-R-00004 DUE 031300 POC Dale Lewis, A&E Contract Coordinator
(360)696-7728 or Toni Palmer, Program Assistant (360)696-7726 E-MAIL:
click here to contact the Contract Coordinator via,
ae-info@wfl.fha.dot.gov. THREE CONTRACTS ARE ANTICIPATED UNDER THIS
SOLICITATION. Sources are sought for three Indefinite Delivery,
Indefinite Quantity contracts to provide Geotechnical Engineering
services related to the design of roads and highway structures. A
majority of the work will occur in the Pacific Northwest States of
Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. Services may
be ordered at other locations in States outside the Pacific Northwest.
Project sites will generally be in National Parks and in or near
National Forests on either public lands or on public route corridors
with abutting private land. Projects typically range from 3 to 17
kilometers in length. Services may include: site history reviews and
geologic reconnaissance; geologic subsurface explorations and
preparation of boring logs, classification of soil and rock, and
determination of ground water information; planning and developing
exploration requirements, managing field explorations; field and
laboratory testing of soil and rock samples; geotechnical engineering
analysis to determine critical design elements, complete design
recommendations; field instrumentation plans; and geotechnical
construction engineering support. The Contractor may be required to
provide geotechnical drilling subcontractors and necessary support
services to drill test holes for specific contracts. Drilling
subcontractors and support contractors need not be identified during
the A/E selection process. Contractors shall be capable of performing
in all states. This solicitation is open to both large and small
businesses. The term of each contract will be for five (5) years. All
work will be set forth in individual Task Orders. Each contract will
have a guaranteed minimum of $10,000. Total services shall not exceed
$1,000,000 for the life of the contract. Geotechnical A/E firms meeting
the requirements described in this announcement are invited to submit
a completed SF 255 and SF 254(s). This office does not maintain a
current file of SF 254's therefore a SF 254 should be submitted for the
firm and for each outside consultant or associate listed. Firms
responding should submit a single SF 255 and list its intended use of
outside consultants or associates in Block 6. The list of up to 10
projects included in Block 8 of the SF 255 may be projects
demonstrating the competence of the firm and any outside consultants or
associates listed in Block 6. Section 10 of the SF 255 may not exceed
12 pages single-sided. Minimum acceptable text size in Section 10 is 12
pt. The business size status should be indicated in Block 3 of the
SF-255. A concern is small if its annual receipts average over the past
3 fiscal years do not exceed $4.0 million. No other type of submittal
is desired and will not be considered in the evaluation. This is NOT a
request for proposal. A solicitation package is not available. Submit
four (4) copies of your response by 4:00 pm local time March 13, 2000.
The following applies only to Minority, Women-Owned and Disadvantaged
Business Enterprises (DBEs): DOT's Short-Term Lending Program (STLP)
offers lines of credit to finance accounts receivable. Maximum line of
credit is $500,000 with interest at prime rate. For further
information call (800) 532-1169. Internet address:
http://osdbuweb.dot.gov.***** Posted 02/11/00 (W-SN424674). (0042) Loren Data Corp. http://www.ld.com (SYN# 0016 20000215\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|