Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2014 FBO #4557
SOLICITATION NOTICE

C -- Highway Pavement Management Application Software and Program Support Services - Justification and Approval - Synopsis

Notice Date
5/15/2014
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, Virginia, 20166
 
ZIP Code
20166
 
Solicitation Number
DTFH71-14-R-00012
 
Archive Date
8/31/2014
 
Point of Contact
Shirley A Anderson, Phone: 703-948-1407, LeeAnne Tran,
 
E-Mail Address
eflhd.contracts@dot.gov, eflhd.contracts@dot.gov
(eflhd.contracts@dot.gov, eflhd.contracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Only a proposal will be accepted from Stantect Consulting, Inc. Justification and Approval Memo The Federal Highway Administration (FHWA), Federal Lands Transportation Program (FLTP) through Eastern Federal Lands Highway Division (EFLHD) anticipates awarding an Indefinite Delivery, Indefinite Quantity Contract (IDIQC) to Stantec Consulting, Inc., for providing Transportation Planning Program Support in the preparation of software modifications to the Highway Pavement Management Application (HPMA) proprietary software, along with transportation studies based on HPMA analyses. EFLHD procured Pavement Management System (PMS) software through Stantec Consulting, Inc. (Contract DTFH71-04-C-00019 awarded 12/19/2003) to manage the highway system of the National Park Service in their Park Roads and Parkway (PRP) program. Other Federal Land Management Agencies (FLMA) including the US Forest Service, US Fish and Wildlife Service, Bureau of Land Management and US Army Corps of Engineers have road systems and require PMS support. The software used by EFLHD is a customized version of Stantec Consulting, Inc. proprietary software, HPMA, and has been tailored and refined to work in the context of a nationwide FLMA highway program. HPMA uses pavement inventory and condition data (collected by the EFLHD Roadway Inventory Program), and a comprehensive set of analysis models to determine current and future highway and network condition. In addition, it has the ability to forecast and prioritize the Maintenance and Rehabilitation (M&R) needs of the network and assist in the development of the M&R program of projects. Under the current surface transportation reauthorization bill, Moving Ahead for Progress in the 21st Century (MAP-21), the number of core partner agencies in the FLTP has expanded. The performance management requirements of MAP-21 will expand the Road Inventory Program (RIP) efforts and the use of HPMA to the core partners. As a result, EFLHD will require support services for this shift toward performance management, as three of the five core partners have never formally implemented PMS. Implementation includes the need for data loading, verification, and additional modifications to the HPMA software. Tasks The types of work required under this contract will relate to the EFLHD's use of the HPMA and include, but are not limited to: revisions to the existing HPMA software, verification and validation of data quality through ground truthing, HPMA modeling improvement, analyses of roadway networks using HPMA, and developing prioritized or optimized lists of projects for the FLMA. These include: 1) Revision or alteration of the HPMA database to allow for addition of newly collected data. 2) Revision or alteration of the HPMA software to allow new information displays or outputs (Word, Excel, etc) not currently available. 3) Populating and manipulating the HPMA database for new and existing FLMA partners. 4) Verify and Validate pavement inventory and condition data and HPMA analyses through ground truthing. 5) Conduct analyses, evaluate data and report outputs for various FLMA and their respective subdivisions. 6) Provide periodic HPMA software training to EFLHD staff. No solicitation package is available. (Forms can be downloaded from http://www.gsa.gov/Portal/gsa/ep/formsWelcome.do?pageTypeId=8199&channelPage=/ep/channel/gsaOverview.jsp&channelId=-25201). All Task Orders issued under the IDIQC will be firm-fixed price. The individual Task Orders will be negotiated and issued based on the terms of the IDIQC when services are required for a specific project. The Contract will be for one (1) base year and four (4) optional additional 1 year extensions of the same services as described above. A preliminary notification of the Government's intent to exercise the option shall be issued at least 30 days before the contract expires. This preliminary notification does not commit the Government. If the Government does exercise the option, a unilateral modification shall be issued. The Contract will have a minimum guaranteed amount of $1,000.00 for the base year and a minimum guaranteed amount of $1,000.00 for each option year, if exercised. The maximum amount for the total contract is $1,500,000.00. Use Internet address https://www.fbo.gov/ (at QUICK SEARCH, type "EFLHD" and all available projects will be listed) to check for availability of bid documents. All bid documents can be directly downloaded from these websites. Documents will no longer be mailed. Register to receive Email Notification to automatically be notified when a document is added or updated for a specific project. If firms do not register as an interested vendor at the Federal Business Opportunities website, there will be no Plan Holders List. Annual Representations and Certifications FAR 52.204-8 (Jan 2014). The Representations and Certifications must be filled-in online at http://sam.gov/. The required Annual Form Vets-100 must also be filled-in online at http://www.dol.gov/vets/vets-100.html per FAR 52.222-37. ATTENTION Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs) The Department of Transportation (DOT) offers working capital financing assistance for transportation related contracts. The DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169 or 202-366-1930. Internet address: http://osdbuweb.dot.gov IMPORTANT PAYMENT REQUIREMENT In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract. Also FAR clause 52.232-33 requires SAM registration for payment. SAM registration is available online at the following Internet web address: www.sam.gov. IMPORTANT SUBCONTRACTING PLAN REQUIREMENTS Required from all "other than Small business" when requirement is expected to exceed $650,000 ($1,500,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer's Representative, and Small Business Specialist are responsible for approving a reasonable and realistic plan [FAR 19.705-4] [TAM 1219.201(e)(6)]. Legislated subcontracting goals [15 USC 644(g)(1)]: 43% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Women-Owned Small Business Entities (WOSB), 3% - HUBzones, 3% - Service-Disabled Veteran-Owned Small Businesses (SDVOSB). A copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Eastern Federal Lands and approved by the Office of Small Disadvantaged Business Utilization prior to close of negotiations (or award of the IFB) [TAM 1219.705-5 and -6]. Clearly label the envelope with reference to DTFH71-14-R-00012 in a prominent location. Provide the primary firms Data Universal Numbering System (DUNS) number in the cover letter. Submittals are due by no later than June 5, 2014 at 2:00 p.m. EST. local time; send one (1) CD with an electronic version of the firm's completed SF330, one (1) original (clearly labeled) and seven (3) copies of the submittals to: Eastern Federal Lands Highway Division Federal Highway Administration Attn: Shirley Anderson 21400 Ridgetop Circle Sterling, VA 20166 Please send all questions concerning this project to eflhd.ae@dot.gov. Include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. Requests for 'faxing' or overnight mailing will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-14-R-00012/listing.html)
 
Record
SN03367388-W 20140517/140515235028-c8fdd6185c406acc424f8549b3bc8263 (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.