SOLICITATION NOTICE
C -- 2017 Bridge Inspection Services IDIQ - 2017 Synopsis for Bridge Inspection Services IDIQC
- Notice Date
- 2/8/2017
- 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
- DTFH71-17-R-00002
- Archive Date
- 3/10/2017
- Point of Contact
- Raymond H Delpesche, Phone: 7039483561, MELVIN O. SLOAN, Phone: 7034046205
- E-Mail Address
-
raymopnd.h.delpesche@dot.gov, EFHLD.contracts@dot.gov
(raymopnd.h.delpesche@dot.gov, EFHLD.contracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- 2017 Synopsis for Bridge Inspection Services IDIQC Bridge Inspection Services The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple awards, Indefinite Delivery Indefinite Quantity Contracts (IDIQCs) for providing bridge, tunnel, and culvert inspections, investigations, inspection reports and associated engineering services with Federal Land Management Agencies (FLMA) such as the National Park Service (NPS), U.S. Forest Service, U.S. Fish and Wildlife Service, and/or other federal, state, and local governmental agencies or other special-purpose governmental type units (such as municipal authorities) located primarily within the United States and Territories. For additional information on the selection of engineering firms for IDIQ contracts see FAR Part 36.6. The EFLHD anticipates awarding a maximum of three (3) individual IDIQ contracts. The work may include, but will not be limited to, providing initial, routine, in-depth, special, underwater, and/or other structure safety inspections as per the National Bridge Inspection Standards (NBIS) and National Tunnel Inspection Standards (NTIS); the preparation of inspection reports; load rating calculations; non-destructive evaluation (NDE) of structures; preparation of Plans, Specifications, and Estimates (PS&E) for repairs; scour studies; and special studies that may require concrete core retrievals and testing, including petrographic analysis, chloride content tests, compressive strength tests, or other tests. The field inspections will be conducted by a team that meets the requirements set forth in the NBIS and NTIS, and will be coordinated with the appropriate FHWA and partner agency personnel. The Contracting Officer's Representative (COR) or designated representative may accompany the firm's field team during some or all of the inspections. The team will use equipment and vehicles necessary to perform inspections to FHWA standards. The firm will supply these items if not provided by FHWA. Measurements and photographs will be taken as outlined by the FHWA guidelines or as directed by the COR. Previous inspection reports and structure location maps may be provided to the firm when available. The inspection reports will be in a format specified as directed and will be prepared by FLH approved software. Each report will include updated NBI and/or NPS data, a condition assessment of the structure and its components, identification of problems, photographs, CADD sketches, draft recommendations for repair or replacement including itemized cost estimates, load rating information, recommendations of further studies needed, and other data or pertinent information as specified by FHWA. The data files and original copies of reports and other deliverables will be the property of FHWA. Final approval of the reports will be made by FHWA. Some task orders may require "special CADD sketches". "Special CADD sketches" are further defined as the preparation of any structural details and their associated specifications as required by an awarded task order. Those "special CADD sketches" would be required to be in the most recent versions of Microstation and Open Roads software and on CADD detail sheets provided by FHWA. Any associated special contract requirements and/or engineers estimate for "special CADD sketches" must be in the most recent versions of Microsoft Office (Word, Excel, Database, etc.). Other data or pertinent information as specified by FHWA may include design associated with the recommendations for repair or replacement. Load ratings are to be performed, supervised by, or approved by a registered Professional Engineer. This procurement is made under the North American Industry Classification Code 541330 and is open to all business concerns. Architect-Engineer selection procedures will be used and selection will be non-project specific through the pre-selection stage. Annual Representations and Certifications FAR 52.204-8 (most recent edition) must be filled-in online at https://www.acquisition.gov. The required VETS-4212 "Federal Contractor Veteran's Employment Report" must also be filled-in online at http://www.dol.gov/vets/vets4212.htm per FAR 52.222-37. Please send all questions concerning this project to eflhd.contracts@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. Important Payment Requirements : In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors will be registered in System of Award Management (SAM) database prior to award of a contract. Also FAR clause 52.232-33 (Oct 2003) requires SAM registration for payment. SAM registration is available on line at the following Internet web address: www.sam.gov. Important Subcontracting Plans Requirements: Required from all "other than Small Business" when requirement is expected to exceed $700,000 ($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: 5% Small Disadvantaged Business, 5% Small Women-owned Business Concern, 3% Small Disadvantaged Veteran-owned Small Business. Copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Office of Small Disadvantaged Business Utilization prior to close of negotiations, (or notice to proceed with IFB) [TAM 1219.705-5 and -6]. The following professional disciplines are required to be on the team of the A/E or qualifying subcontractors thereof: Project Manager Inspection Team Leader (Professional Engineer (PE) or other qualifications) Inspector Divers (qualified for underwater inspections, when required) CADD Technician The technical evaluation criteria are listed below: (1) Specialized experience and technical competence of the firm in providing bridge inspections, inspection reports, and associated services as listed in this synopsis. (2) Professional qualifications necessary for performance of these types of services as listed in this synopsis. (3) Capacity to accomplish all work in the required time. List numbers of teams available to do the types of services as listed in this synopsis including subcontractors. (4) Past performance will be evaluated on bridge inspection contracts with Government Agencies and Private Industry in terms of quality of work, cost control, and compliance with performance schedules. Firms must identify references for past performance that include a point of contact (POC), current telephone number, dates of performance, name of project, and the POC's e-mail address. The period of performance must be within the past 7 years. Provide interim or final past performance evaluations for all of the 10 example projects in Section F. of the SF330. In addition to the 10 example projects, additional past performance evaluations may be provided as well. (5) Specific strategy in efficiently managing subcontractors, cost and schedule for inspections region-wide while maintaining control and responsibility for inspection services delivery. Directly address the technical evaluation criteria in the SF 330, Section "H. Additional Information" along with any other relevant information. Note: Criterion 1 is worth 30 points, Criterion 2 is worth 15 points, Criterion 3 is worth 15 points, Criterion 4 is worth 30 points, and Criterion 5 is worth 10 points. Although this solicitation is open to all firms, the following is provided for minority, women, and disadvantaged business enterprises only: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. No solicitation package is available. The successful firm or firms will be awarded an IDIQC based on data contained in their SF330s, past performance references and pertinent past performance information available from other sources. Presentations by pre-selected firms may be conducted if determined necessary. Forms can be downloaded from https://www.gsa.gov/portal/forms/download/116486. After successful negotiations with the firm or firms, individual IDIQ contracts will be awarded. The proposed work will be for one base year and four one-year options. All Task Orders issued under the IDIQCs will be firm-fixed price. The individual Task Orders will be issued based upon the terms of the IDIQC and when project needs are identified. The minimum guaranteed contract amount is $3,000 over the life of the contract, and the estimated potential maximum total contract amount is $5,000,000. Interested firms having the capabilities for this work are invited to submit Part I of the SF 330 for the prime and/or joint venture firm, and Part II of the SF 330 for each member of the proposed team or subcontractors, by addressing a transmittal letter to the office shown. Joint Ventures must also submit a copy of the Joint Venture Agreement. The SF 330 should be completed per the instructions on the form and may be expanded, if necessary, to address the selection criteria fully. Submittals are due no later than 2:00 PM (EST) on February 23, 2017: send 1 CD, six (6) bound copies and 1 original unbound copy of the submittals to: Federal Highway Administration Attn: Raymond Delpesche 21400 Ridgetop Circle, Suite 105 Sterling, VA 20166 Clearly label the envelope with reference to DTFH71-17-R-00002 in a prominent location. All firms will be notified of the results approximately 120 days after the closing date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-17-R-00002/listing.html)
- Place of Performance
- Address: 21400 Ridgetop Circle, Sterling, Virginia, 20166, United States
- Zip Code: 20166
- Zip Code: 20166
- Record
- SN04395260-W 20170210/170208234138-c6d9c2e2c249496cb83336f7dd2d2408 (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 |