SOURCES SOUGHT
C -- Architect and Engienering Services-8(a)Business Development Mentor-Protege Program
- Notice Date
- 1/6/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of Transportation, Federal Transit Administration (FTA), Federal Transit Administration HQ, 400 7th Street, SW Room 9101, Washington, DC, 20590
- ZIP Code
- 20590
- Solicitation Number
- Reference-Number-FTA-01-2003
- Archive Date
- 2/5/2003
- Point of Contact
- Annette Jamison, Contract Specialist, Phone (202) 366-4444, Fax (202) 366-3808, - Sharyn Timms, Contract Specialist, Phone 202-366-6957, Fax 202-366-3808,
- E-Mail Address
-
annette.jamison@fta.dot.gov, Sharyn.Timms@fta.dot.gov
- Small Business Set-Aside
- Total Small Disadvantage Business
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR SUBMISSION OF STANDARD FORMS 254, 255 NOR PROPOSALS. The purpose of this synopsis is to gain knowledge of interested potentially qualified sources under the Small Business Administration?s 8(a) Business Development Program. The NAICS Code for this requirement is 541330. The Federal Transit Administration (FTA) intends to award one (1) indefinite-quantity (IDIQ) contract for project management oversight (PMO) services primarily for A&E services under FAR Parts 36 and 15. The awarded IDIQ contract will have a maximum monetary limit of $3 million, with a minimum guaranteed amount of $1,000 for an estimated 2-year period of performance. FTA is considering whether to set aside one award under the Small Business Administration?s (SBA) 8(a) business development mentor-protege program. Information on this program may be reviewed at http://www.sba.gov/8abd/indexmentor.html . FTA does not intend to impose restrictions against firms applying under this requirement from serving as a subcontractor or prime contractor under contracts that may be awarded under full and open competition for PMO services. PMO services are the monitoring of the progress of FTA-assisted projects in order to ascertain whether the project is on time, within budget, in conformance with design criteria, constructed to approved plans and specifications, and efficiently and effectively implemented. FTA intends to obtain services on specific projects including but not limited to rail modernization, new start construction and other major capital projects deemed appropriate by FTA. The projects to be monitored vary in size from $30 million to over $1 billion. The firm selected for contract award will be primarily experienced in engineering and/or construction, as the majority of services to be performed under a contract will be engineering in nature. REQUIRED DISCIPLINES: To ensure that the selected firm has the specialized experience, 8(a) firms must have the ability to provide the following disciplines: Electrical engineering, mechanical or vehicle engineering, signals (railroad or transit) engineering, systems engineering, cost estimating, project scheduling, quality assurance engineer, value engineering specialist, civil engineering and structural engineering, transit system security, real estate and environmental compliance. Services also require fact-finding studies, site surveys, investigations and economic analysis in evaluation or assessment of design requirements; the production of designs, construction drawings, specification, and estimates as required to execute construction projects; construction observation, review of grantee submittals, participation in value engineering, site visits; and, observation of field-testing and start-up for revenue operations. Incidental services, e.g., AutoCAD drafting, word processing, cost estimating, etc. may be required in the performance of specific task order requirements. Some limited design work in regards to these projects may also be required in order to validate grantee designs, criteria or standards. Professional qualifications of staff and consultants include all principals and key staff of the firm, its consultants, and project personnel, with projects of types to be assigned to a contract, including all proposed consultants, in executing the scope of the contract. In addition, the firm must have at least one work experience in project management or construction management, for a project with a construction value equal to or greater than $20,000,000 in one of the following areas: civil project, fixed guideway, transit project or railroad project. Cost estimators previous experience must include 5 years with a construction contractor bidding or proposing firm fixed price construction work with a minimum, individual value of $25 million or more. Relevant past performance within the past five years on contracts with Government agencies and private industry in terms or cost control, quality of work, and compliance with performance schedules is required. RESPONSE INSTRUCTIONS: All business concerns under the SBA 8(a) program and/or firms currently participating in the existing SBA business development mentor-protege program, that are capable of qualifying and performing the services described above must respond by letter to this notice for receipt at the following address no later than 5:00PM EST, Tuesday, January 21, 2003. Responses must be submitted using either Federal Express or United Parcel Service (UPS) delivery services to: U.S. DOT/Federal Transit Administration Office of Procurement, TAD-40 ATTN: PMO Program - FTA-01-2003 400 7th Street, SW; Room 9101 Washington, DC 20590 Responses must contain the following information: 1. Company Name and address 2. Contact Person (Telephone and email address) 3. Confirmation of 8(a) certification (provide SBA Office location, name and telephone number of SBA representative) 4. Indicate if your firm has past or current work under the SBA mentor-protege program. If yes, what NACIS code was assigned. 5. State if your firm is woman-owned 6. Provide any additional relevant information. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT NOTICE. NO OTHER INFORMATION WILL BE PROVIDED FOR THIS NOTICE. ALL INFORMATION TO RESPOND TO THIS SOURCES SOUGHT NOTICE HAS BEEN PROVIDED HEREIN. NO REQUESTS, TELEPHONE CALLS OR EMAILS FOR ADDITIONAL INFORMATION WILL BE RESPONDED TO.
- Record
- SN00234228-W 20030108/030106213215 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |