SOURCES SOUGHT
A -- Sustainable Pavement Program - Sources Sought
- Notice Date
- 12/9/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, HAAM, Mail Stop E65-101, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTFH6115RI00002
- Point of Contact
- Carolyn J. Wilson, Phone: 2023660867
- E-Mail Address
-
carolyn.wilson@dot.gov
(carolyn.wilson@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for Sustainable Pavement Program. PROGRAM BACKGROUND: The Sustainable Pavements Program was established in 2010under a contract awarded to Applied Pavement Technology, Incorporated. The main activities under the Program are: • Establishment and management of the Sustainable Pavements Technical Working Group (SP TWG). The SP TWG is composed of stakeholders in State DOT's, other government agencies, academia, and industry. The group provides technical input on the subject of pavement sustainability. • Development of a reference document on sustainable pavements and materials. The document titled "Towards Sustainable Pavements: A Reference Manual" (under final review) will provide guidelines for the design, construction, preservation, and maintenance of sustainable asphalt and concrete pavements. • Evaluation and assessment of sustainable tools. Currently developing a framework outlining how to conduct a pavement Life Cycle Assessment to quantify the environmental impacts of a pavement. • Technology transfer and deployment. Activities such as development of Tech Briefs, conducting workshops, presentations, webinars, and updating the FHWA pavement website with information pertaining to the Sustainable Pavements Program. SYNOPSIS: The Federal Highway Administration (FHWA) Office of Asset Management, Pavements, and Construction, Washington, DC is conducting market research to identify and determine if there are potential sources including Small Business Set-Aside opportunities which have the capabilities for providing experts in the areas of asphalt and concrete pavement design, construction, and pavement sustainability, including pavement Life Cycle Assessment (LCA) to quantify environmental impacts. It is anticipated that the Sustainable Pavements Program will consist of managing the Sustainable Pavements Technical Working Group (SP TWG), advancing the knowledge base on pavement LCA, developing guidance documents related to the sustainability of design, construction, maintenance, and preservation of sustainable pavements, and technology transfer of sustainable pavements concepts. The FHWA Office of Asset Management, Pavements, and Construction have ongoing programs to provide guidance and tools to practitioners to increase the performance and sustainability of asphalt and concrete pavements. The awardee will be expected to have technical and engineering capabilities related to both asphalt and concrete pavement: • An emphasis will be placed on a team with a range of capabilities and can demonstrate knowledge of both asphalt and concrete pavements and the best practices for sustainable asphalt and concrete pavements. There is a need for a team that demonstrates the ability to work with stakeholders with opposing interests such as owner/agency, asphalt and concrete industries, and academia. o Pavements - Capabilities to fully understand both asphalt and concrete pavement materials, design, construction, preservation, and maintenance practices, how that relates to sustainability, and to convey that knowledge to other parties including but not limited to engineers, contractors and owners of roadways. o Life cycle assessment - Capabilities to fully understand the technical aspects of life cycle assessment to quantify the environmental impacts of a pavement and to convey that knowledge to other parties including but not limited to engineers, contractors and owners of roadways. • Communications and marketing - Capabilities to develop, maintain and utilize a variety of contact lists to facilitate the timely transfer of information, including feedback from other parties including but not limited to engineers, contractors and owners of roadways. Other capabilities that would be considered useful include editorial and document production services. • Project management and reporting - Capabilities to perform and/or direct the efforts of technical, engineering, communications, and marketing staff. Timely and cost-effective performance in each of these areas is required. The estimated period of performance for the project is five years. FHWA anticipates a level of effort ranging from 4 to 8 professional and technical staff members per year for the duration of the project. The level of activity will greatly depend on continued and additional funding under current and future transportation legislation. REQUIRED CAPABILITIES: This requirement is a follow-on procurement. The contract type and contract vehicle is to be determined. ELIGIBILITY: The North American Industry Classification System (NAICS) Code is 541330 with a Small Business Size of $15.0 million. SUBMISSION DETAILS (CABILITIES STATEMENT) Interested businesses shall submit responses electronically to the Contract Specialist, Carolyn Wilson, in Microsoft Word 2010 or Adobe Portable Document Format (PDF) at Carolyn.Wilson@dot.gov no later than 2:00 pm Eastern Standard Time on January 5, 2014. No phone or email solicitations with regard to the status of the Request for Proposal (RFP) will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted as well as marketing materials, slide presentations or technical papers. Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft Statement of Work (SOW). Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address. 2. Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB) certified under the SBA 8 (a) Program, Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history (average over the last three completed fiscal years), office location(s), DUNS number, and a statement regarding current small/large business status. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, federal customers, indication of whether as a prime or subcontractor, contract amount, Government point of contact with current telephone number, and a brief description of how the referenced requirement relates to the services described herein. 5. Resources available such as corporate management and key personnel to be assigned to tasks under this effort to include professional qualifications, and specific experience of such personnel. 6. Statement regarding capability to obtain the Department of Transportation (DOT) security clearances for personnel. 7. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. 8. Company's ability to begin performance upon contract award. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. All responses must be sufficient to permit agency analysis to determine bona fide capability to meet requirements. Primary Point of Contact: Carolyn Wilson, Contract Specialist Carolyn.Wilson@dot.gov Phone: 202-366-0867 Secondary Point of Contact: Robin Hobbs, Contracting Officer Robin.Wilson@dot.gov Phone: 202-366-4004 Contracting Office Address: Department of Transportation (DOT)/Federal Highway Administration (FHWA) Office of Acquisition & Grants Management 1200 New Jersey Avenue, SE Room: E65-101 Mail Code: HCFA-22 Washington, DC 20590
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/OAM/DTFH6115RI00002/listing.html)
- Record
- SN03591055-W 20141211/141209234519-4fd97233c9ec5156f787c5fdc0e57ab6 (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 |