SOURCES SOUGHT
C -- Construction Inspection Architect-Engineer Services IDIQ
- Notice Date
- 12/5/2013
- 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
- Construction-Inspection-IDIQ
- Archive Date
- 12/27/2013
- Point of Contact
- Craig Holsopple, Phone: 720-963-3350
- E-Mail Address
-
craig.holsopple@dot.gov
(craig.holsopple@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL -SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED TOTAL HUBZONE, 8a OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES TO SET THIS PROJECT ASIDE. (Details Below). Prime Contractors who are HUBZone small businesses, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a proposal for this solicitation MUST submit the following by e-mail to CFLContracts@fhwa.dot.gov or by telefax to 720-963-3360 (Attn: Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on December 12, 2013: (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 PROFILE; (3) Provide a list of experience in which you performed (as the prime contractor) construction inspection services on federally funded road projects. State whether your firm was the prime contract or subcontractor on the project. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK. 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 Online Representations and Certifications Application (ORCA) located at https://orca.bpn.gov/ PROJECT DETAILS: Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration anticipates awarding one or more unrestricted Indefinite Delivery Indefinite Quantity Contract(s) for Construction Inspection Architect-Engineer (A-E) Services. The NAICS code is 541330. This work will be associated with federally funded road projects accommodating the needs of various Federal and local agencies such as, but not limited to, the National Park Service, the U.S. Forest Service, the U.S. Fish and Wildlife Service, State DOTs, and Counties. The predominant geographic area includes, but is not limited to, Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming. This procurement is being solicited to A-E firms licensed and registered within one or more of the aforementioned states served by CFLHD. Each contract awarded will consist of 1 base year and options to extend the contract for 4 additional 1-year periods. The guaranteed total contract minimum shall not be less than $50,000, with a maximum not-to-exceed 5-year total of $5 million for each contract. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Construction Inspection Services will be managed in accordance with current Federal Lands Highway procedures, and/or specific project criteria as determined by CFLHD. CFLHD uses both International System of Units (Metric) and U.S. Customary Units (English). Firms will be required to perform the predominant amount of work with in-house forces and must demonstrate their ability to satisfactorily accomplish all work items (either in-house or through qualified subcontractors). Scope of task orders may include but is not limited to staffing the following positions: On Site Construction Inspection, (CI), (Based on Government program needs, it is anticipated that three different levels of proficiency, CI-I, CI-II and CI-III), Independent On Site-Project Manager, On-site Project Office Administration, Corporate Contract Management, On Site Material Sampling, Testing and Laboratory Management. It is anticipated that this project will be advertised in late December with an anticipated start date of April 1, 2014. The requirement will consist of a base year plus four option years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/Construction-Inspection-IDIQ/listing.html)
- Place of Performance
- Address: Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming., United States
- Record
- SN03246462-W 20131207/131205234923-322bb4366a0809759ce9503225a84b73 (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 |