Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2014 FBO #4600
SOURCES SOUGHT

C -- Architect-Engineer Multi-Discipline Indefinite Delivery Indefinite Quantity (IDIQ) Contract

Notice Date
6/27/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, Washington, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-14-R-00006
 
Point of Contact
Susan M. Yenne, Phone: 360-619-7601
 
E-Mail Address
susan.yenne@dot.gov
(susan.yenne@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS - SOLICITATION DOCUMENTS ARE NOT AVAILABLE. Western Federal Lands Highway Division (WFLHD) operates as part of the Office of Federal Lands Highway, serving the transportation engineering needs of Federal Land Management Agencies (FLMA) such as the Bureau of Indian Affairs, Bureau of Land Management, Bureau of Reclamation, National Park Service, Surface Deployment and Distribution Command, U.S. Army Corps of Engineers, U.S. Forest Service, and U.S. Fish and Wildlife Service as well as local roads that provide access to these federal lands. WFLHD is anticipating the solicitation and award of new multidiscipline A-E services Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for Architect-Engineer (A-E) services. The resulting contracts will be for five years and will have a maximum not-to-exceed amount of $10 million. Projects will primarily involve improvements to low-volume and low-speed roadways ranging from 3R (resurfacing, restoration and rehabilitation) to full reconstruction. Transportation engineering services will include all pertinent highway work needed to conduct planning, scoping, preliminary and final design to prepare contract documents. WFLHD projects are typically located in the states of Alaska, Idaho, Montana, Oregon Washington and Wyoming. Occasionally, there will be projects located in other states. The work will principally be for engineering, design, and development of future highway and bridge construction projects. Work typically includes: a) survey and mapping associated with roadway corridors; b) environmental activities; c) studies and recommendations by right-of-way, geotechnical, hydraulic, structural, and landscape architecture staff; and d) preparation of preliminary, intermediate, and final roadway design packages resulting in a completed plans, specifications, and estimate (PS&E) package. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED SMALL BUSINESS PRIME CONTRACTORS. We will use this information to make small business set-aside decisions. If your firm is a Small Business, HUBZone small business, Economically disadvantaged woman-owned small business, 8(a) small business, or Service-disabled veteran-owned small business and you intend to submit a proposal for this solicitation, submit the following by e-mail to wfl.ae@dot.gov (Attn: Susan Yenne) by 2 p.m. PDT on July 25, 2014. Late submittals will not be considered. (1) A statement of your intent to submit a proposal for this solicitation as a Prime Contractor; (2) If applicable, a copy of the letter from SBA stating date of acceptance into the 8(a) Program. DO NOT SEND COPIES OF YOUR SYSTEM FOR AWARD MANAGEMENT (SAM) PROFILE; (3) A list of up to your 10 most recent highway, and bridge design projects located in Alaska, Idaho, Montana, Oregon Washington or Wyoming, involving improvements to low-volume and low-speed roadways ranging from 3R (resurfacing, restoration and rehabilitation) to full reconstruction. Example projects shall 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. Include the following: Name of project, short summary of work performed, percentage of work performed by internal staff, dollar value of project, award date, and completion date (or estimated completion date). (4) DUNS Number (5) Engineers working for your firm must be registered and licensed within one or more of the following states: Alaska, Idaho, Montana, Oregon Washington or Wyoming. A licensed professional registered in the state in which the project is located must seal the documents delivered to us. Provide proof of applicable registrations and licenses within these states. (6) The NAICS code for this procurement will be 541330 Engineering Services. NOTE: 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 shall be registered in the System for Award Management (SAM) located at https://www.sam.gov/ prior to award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/WFL/DTFH70-14-R-00006/listing.html)
 
Place of Performance
Address: Western Federal Lands Highway Division, Vancouver, Washington, 98661, United States
Zip Code: 98661
 
Record
SN03408488-W 20140629/140627234415-ae2d061a55480696ac25347184669c2e (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.