MODIFICATION
C -- Project Management Oversight on Federal Transit Major Capital Projects
- Notice Date
- 10/8/2002
- Notice Type
- Modification
- Contracting Office
- Department of Transportation, Federal Transit Administration (FTA), Federal Transit Administration HQ, 400 7th Street, SW Room 9101, Washington, DC, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTFT60-02-R-00006
- Response Due
- 10/29/2002
- Archive Date
- 11/13/2002
- Point of Contact
- Annette Jamison, Contract Specialist, Phone (202) 366-4444, Fax (202) 366-3808, - Sharyn Timms, Contract Specialist, Phone 202-366-6957, Fax 202-366-3808,
- E-Mail Address
-
annette.jamison@fta.dot.gov, Sharyn.Timms@fta.dot.gov
- Description
- This is not a modification, but instead provides a list of questions and answers for this soliciation: QUESTION #1: The document type is noted as a presolicitation notice, and a link is shown at the bottom of the web page to register to receive notification. Does this mean that a final solicitation notice is to be expected. If so, when will this be done and will this notice contain further detailed information and terms-of-reference of which the submission should address. I registered to receive notification on the presolicitation document but have not received anything. ANSWER #1: A solicitation notice is not forthcoming. As stated in the announcement, firms must submit 254s and 255s by COB (5:00PM) Tuesday, October 29, 2002. I have received no registrations and the notification an email address for receipt of questions. QUESTION #2: Are general references, with name, title, organization, telephone #, etc, (not project specific, as allowed for in SF 254) to be submitted, for the prime consultant, joint venture partners and subconsultants? ANSWER #2: Yes, as reflected in Item 4, Past Performance is an evaluation factor and will be evaluated. Your submission should incorporate enough information to ensure proper evaluation. QUESTION #3: The presolicitation notice states that FTA is seeking qualified firms or organizations to provide A/E services? and further states, The firms selected for contract award will be licensed Architect and Engineering firms.... I have not heard of a firm being licensed as an A/E firm, only individuals. ANSWER #3: The FTA Project Management Oversight Program contracts are awarded consistent with Public Law 92-582, The Brooks Act: Federal Government Selection of Architects and Engineers. As described in Section 901-Definitions: The term firm means any individual, firm, partnership, corporation, association, or other legal entity permitted by law to practice the professions of architecture or engineering. The FTA presolicitation notice solicits legal entities permitted by law to practice the profession. QUESTION #4: If a management firm joint ventures with an A/E firm, will that qualify for the statement in your presolicitation notice The firms selected for contract award will be licensed A/E firms....engineering in nature? ANSWER #4: Yes. If the form of organization meets the requirements provided in Answer #3 above. QUESTION #5: How are PMOs and FMOs contractors selected? Are federal procurement policies with respect to full and open competition practiced? If not, why not? ANSWER #5: PMO contracts are awarded consistent with Public Law 92-582 The Brooks Act and the Federal Acquisition Regulations (FAR) Part 36 for firms providing Architect and Engineering services. Full and open competition is practiced for obtaining registered or licensed A&E firms that meet the FTA solicitation requirements. Competition under an A&E award does not include cost, but is competed on technical expertise. FMO contracts are awarded under the Small Business Administration?s 8(a) program in accordance with FAR Part 19. Awards valued below $3M are made on a sole source basis. This program allows FTA to contract with SBA for the required services. SBA provides these services utilizing their small disadvantaged business concern subcontractors. The amount of each contract award does not allow for competition among the 8(a) firms based on SBA Act. QUESTION #6: What is the cut-off time for receipt of submission of 254s and 255s? ANSWER #6: Submissions are due by 5:00PM EST on October 29, 2002. QUESTION #7: May firms propose as a prime contractor and a subcontractor for a different firm, or as a subcontractor for numerous firms. ANSWER#7: Yes. There are no restrictions of this nature. QUESTION #8: Is there is size limitation for submissions. ANSWER #8: No. QUESTION #9: In completing SF 255, assuming that a composite SF 255 is to be submitted, including all subconsultants, what is the limit for the number of projects described in item 8 of the SF 255? ANSWER #9: As stated in the instructions, the firm proposed as the prime (or joint venture), must reflect up to ten projects. Subcontractors should also reflect up to ten projects. There are no restrictions on the number of pages. QUESTION #10: Aside from the cover page/letter and the SF 254s and 255s, is there a limit to the amount of submitted accompanying material that addresses the issues and points noted in the Presolicitation Notice? ANSWER #11: No. QUESTION #12: Are IT specialists required to be on the team to address any oversight of projects components that involve this work (e.g. control centers, automatic train control, etc)? Are safety and security specialists required? ANSWER #12: Your proposal should include the disciplines outlined in the presolicitation document. This does not restrict you from developing your team at this time to meet the requirements of this notice. QUESTION #13: Will FTA contract for Value Engineering Services directly for this project, independent of the services of the selected A/E firms? Is it expected that each A/E respondent will include a Value Specialist subcontractor as part of its submission package? ANSWER #13: Historically FTA has not contracted directly for Value Engineering Services and currently has no plans to do so. The prime and/or its subcontractors may provide Value Engineering Services. QUESTION #14: The announcement says, Each firm must have personnel for each of the following disciplines. Does FTA require each of the prime firms to have all the required disciplines or each Team, including the subconsultants to have all the required disciplines? ANSWER #14: Each team. Similarly, see also answer 13. QUESTION #15: Does the Required Disciplines list end with the sentence ending with structural engineering? ANSWER #15: Yes. QUESTION #16: FTA states Services also include fact finding studies. Investigation and economic analysis.... Investigation and economic analysis in evaluation of assessment of design requirements can be provided by a broad set of expertise. Does the FTA require a specific type of professional expertise in this area? ANSWER #16: Task Orders will identify the specific work. The specific expertise needed will be geared to the work when assigned. QUESTION #17: Past performance within the last five years: Does it apply to the prime and the subconsultants? ANSWER #17: This applies to the prime contractor. Please note that prime contractors are obligated to determine its subcontractors as responsible in accordance with the requirements of Federal Acquisition Regulation(FAR) Parts 9 Contractor Responsibility, and 44 Subcontracting Policies and Procedures, prior to submitting for government approval. QUESTION #18: How many references are required for each firm? ANSWER #18: A minimum of 5 (five) QUESTION #19: For the ten projects requested in question 8 of the SF 255, should these be for the prime only, for both prime and subconsultants or can an additional ten projects be shown for the other firms. ANSWER #19: The prime contractor must list up to 10 projects. Subcontractors may reflect up to 10 projects as well. QUESTION #20: As a small firm I cannot meet all of the required disciplines and experience required by the solicitation. Can you advise me if (a) my submittal will make my firm's name, capabilities and experience available to other firms responding to the solicitation as a possible subcontractor (b) Are there small or specific tasks which my small firm may be able to qualify for independently? And (c) Is there a list of firms and contact persons interested in the subject solicitation that may be available to me so that I can contact them directly regarding a joint venture or subcontract relationship? ANSWER #20: Your submittal and information will not be shared with other firms competing for this requirement, but instead will be safeguarded to ensure that competitors are not known. As stated in the solicitation document there are subcontracting opportunities for small, small disadvantaged and woman-owned firms under this requirement. Once contracts are awarded FTA can provide you with a list of those firms we have contracted with and can also provide you with a list of the firms currently under contract so that you may solicit subcontracting opportunities. QUESTION #21: Are technical proposal required along with the Cover Letter and Standard Forms 254 and 255s? ANSWER #21: No. However, you should ensure that each evaluation factor, subfactor and sub-subfactor is addressed in your proposal. QUESTION #22: Please clarify whether subcontractors in addition to the prime are required to submit both SF 254 and SF 255. ANSWER #22: The Standard Forms are required for subcontractors that are proposed for the required disciplines. #####
- Record
- SN00184358-W 20021010/021008213226 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |