SOURCES SOUGHT
C -- Sources Sought announcement - SMALL BUSINESSES for potential Multiple Award Task Order Contracts (MATOC)
- Notice Date
- 9/7/2017
- Notice Type
- Sources Sought
- 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
- DTFH7117R00017
- Archive Date
- 11/2/2017
- Point of Contact
- Raymond H Delpesche, Phone: 7039483561, MELVIN O. SLOAN, Phone: 7034046205
- E-Mail Address
-
raymond.h.delpesche@dot.gov, EFHLD.contracts@dot.gov
(raymond.h.delpesche@dot.gov, EFHLD.contracts@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought announcement and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose of this announcement is to determine the availability of qualified SMALL BUSINESSES for potential Multiple Award Task Order Contracts (MATOC) for providing TRANSPORTATION PLANNING, PAVEMENT DESIGN, PERFORMANCE MANAGEMENT, TRAFFIC MONITORING, SAFETY REPORTS & STUDIES, ASSET MANAGEMENT and associated engineering services under NAICS 541330 - Engineering Services. Also, the awarded contracts may require the provision of occasional design services including survey and plans, cost estimates, and specification preparation to be performed or approved by a licensed/registered professional engineer in the state or territory of the work location. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for the provision of technical support services on behalf of for Federal Land Management Agencies (FLMA) such as the National Park Service (NPS), the U.S. Forest Service (USFS), the U.S. Fish and Wildlife Service (FWS), the U.S. Army Corps of Engineers (USACE), the Bureau of Land Management (BLM), etc. for properties under FLMA management and administration that are LOCATED IN ALL FIFTY (50) UNITED STATES AND U.S. TERRITORIES. Each of the resulting contracts will be for one base year with four one-year options with a maximum not-to-exceed amount of $15 million over this five-year period. The number of IDIQ contracts to be awarded is undetermined now, and any contract award will be made no earlier than March 1, 2018. All work will be done under the supervision of a licensed professional engineer. For additional information on the Architect-Engineer process see FAR Part 36.6. QUALIFIED PRIME CONTRACTORS who are currently certified as Small Businesses, HUBZone small businesses, Woman-owned small businesses, 8(a) small businesses, or Service-disabled Veteran-owned small businesses shall submit the following information by e-mail to EFLHD.AE@dot.gov (Attn: C. Shawn Long) no later than 2:00PM (EST) on October 18, 2017: 1. A positive statement of your intention to submit a proposal for the solicitation as a Prime Contractor containing your full business name, address, point of contact, phone number, e-mail address, and web site (if any). 2. Offeror's business designation and socioeconomic sector (i.e. Small, 8(a), Woman-owned, Service-disabled Veteran Owned, HUBZone, Small Disadvantaged, etc.); A copy of the letter from the Small Business Administration (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 whether the "Rule of 2" has been met for any particular socio-economic category for set-aside purposes. DO NOT SEND COPIES OF YOUR CCR/SAM PROFILE. 3. Offeror's ability to perform at least 50% of the cost of contract performance effort with its own workforce. Include example projects completed during the past 5 years in the areas of TRANSPORTATION PLANNING, PAVEMENT DESIGN, PERFORMANCE MANAGEMENT, TRAFFIC MONITORING, TRANSPORTATION SAFETY REPORTS & STUDIES, and TRANSPORTATION ASSET MANAGEMENT. 4. Offeror's capability to perform a contract of this magnitude and complexity, comparable work performed within the past 5 years, including a brief description of the project, customer name, timelines of performance, project location, customer satisfaction, and dollar value of project. If a member of a joint venture, the offeror should include relevant information from both members of the JV. 5. Commercial and Government Entity (CAGE) Code and DUNS Number; if a member of a joint-venture (JV) or mentor-protégé agreement with the SBA, please provide information on both members of the JV. 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 and registered under the NAICS code 541330 in the System for Award Management (SAM) located at https://www.sam.gov/. List all NAICS codes your firm is registered under. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 10 PAGES. Please reference DTFH71-17-R-00017 Sources Sought in the subject line of your email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH7117R00017 /listing.html)
- Place of Performance
- Address: EFLHD/FHWA, 21400 RIDGETOP CIRCLE, STERLING, Virginia, 20166, United States
- Zip Code: 20166
- Zip Code: 20166
- Record
- SN04666606-W 20170909/170907232718-219c4a4615de423542732e4b10ba6087 (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 |