SOLICITATION NOTICE
C -- Transportation Architect-Engineer Modernization Support
- Notice Date
- 5/20/2011
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-11-R-20019
- Archive Date
- 11/20/2011
- Point of Contact
- John Huss, Phone: 617-494-2670, Daniel J. Leone, Phone: 617-494-2128
- E-Mail Address
-
John.Huss@dot.gov, daniel.leone@dot.gov
(John.Huss@dot.gov, daniel.leone@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- I. DESCRIPTION The John A. Volpe National Transportation Systems Center (Volpe Center) announces a Request for Professional Qualifications for Architect-Engineer (A-E) firms interested in contracting with the Volpe Center to provide A-E services for projects in transportation modernization support services. The objective of this procurement is to acquire A-E services to support areas of repair, design, and maintenance of transportation-related facilities and infrastructure with an emphasis on High Speed Rail (HSR) infrastructure. This work entails engineering support for buildings, facilities interiors, underground and elevated structures, towers, bridges, pavements, offshore structures, port facilities, hazardous material remediation, pipelines, and infrastructure security for the DOT, the Department of Defense (DOD), and other Government agencies. Although the emphasis is in civil engineering, other supporting disciplines such as mechanical, electrical, environmental, industrial, and marine engineering, as well as computer and systems technologies will be required. Primary concentration is expected to be in the civil engineering areas of high speed railroad infrastructure. Support will also be required in the design and testing of railroad vehicles and components, propulsion evaluations, transportation operational analysis, and advanced intelligent rail systems technology development. The majority of the work will be performed throughout the contiguous United States; however, there may be projects requiring travel to Hawaii, Alaska, and foreign countries. The proposed acquisition will support the design, repair and maintenance of transportation systems and subsystems, including infrastructure and facilities. This includes multi-levels of engineering management processes for planning, developing, and coordinating systems engineering and technical management to produce a sound systems engineering strategy to optimize performance. The contractors shall be firms of established reputation in A-E services related to infrastructure planning and design, construction, repairs, maintenance, remediation, operations and development, and upgrading of transportation facilities within a certain timeframe. Primary concentration is expected to be in HSR technologies and rail structures, aviation and marine facilities, and vehicles and vessels. Support will also be required in design and testing, technology assessments and evaluation, system designs, propulsion evaluations, transportation operational analysis, and advanced intelligent rail systems technology development. Engineering disciplines will also be required in the mechanical, electrical, electronic, environmental, security and systems fields. In addition, the Volpe Center requires skills in a wide spectrum of other disciplines, including economics, program management, earned value management, financial management, emergency response as related to transportation, man-machine interface analysis and development, risk management, and information systems. The seven (7) functional areas include, but are not limited to, the following: 1. Infrastructure/Facilities Planning; 2. Infrastructure/Facilities Inspection and Assessment; 3. Testing Studies, Analysis, and Operational Assessments; 4. Transportation System Design and Analysis; 5. Cost Analysis; 6. Preparation of Construction Design Packages; and 7. Logistics, Construction, Deployment, Repairs, Maintenance, and Sustainability. II. SELECTION CRITERIA The selection process will be in accordance with Federal Acquisition Regulation (FAR) Subpart 36.6 Architect-Engineer Services. The following selection criteria, listed in order of importance, will be used in the evaluation of the A-E Offerors: (1) Professional qualifications of the proposed team are required and necessary to identify satisfactory performance of required services. At a minimum, key personnel are defined as Program Manager, Finance and Administration Manager, and Project Lead Engineer. (2) Specialized experience and technical competence must be identified in and related to the type of work required. (3) Capacity to accomplish the work required in a timely fashion. Offerors must demonstrate how it intends to manage and coordinate the work of its staff and its subcontractors to produce integrated, cost effective solutions to task order assignments. Offerors may be expected to have personnel on-site within one week of each task order award. Offerors may be expected to demonstrate the ability to complete several multidisciplinary contract task orders concurrently. For example, Offerors may be required to identify the impact of this potential workload on their permanent staff along with the anticipated workload during this contract period, and the Offeror's present and projected workload including the availability of the proposed team members (including subcontractors) for the specified contract period. (4) Past performance of the proposed team on similar projects during the last five years in terms of quality of work, cost control, and timeliness of performance. (5) Location in the general geographic area of the contract work and knowledge of the locality of the contract. III. CONTRACT INFORMATION Offerors determined to be the most qualified in response to this presolicitation notice will be invited to provide oral presentations. Following the evaluation of oral presentations, Offeror(s) may be selected to submit cost proposals. Any resulting contract(s) will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. Cost-Plus-Fixed-Fee and Firm-Fixed-Price type task orders may be issued for a period of five (5) years and the cumulative total of all task orders shall not exceed $19,960,000. The Offerors selected will be guaranteed a minimum of $2,500 at time of contract award. While up to three (3) contract awards are anticipated, the Government reserves the right to award more or less or no contracts if in the best interest of the Government. The NAICS Code is 541330 and the small business size standard is $4.5M. Large business Offerors are encouraged to include a high percentage of small business firms in their team composition. If a large business Offeror is selected for a contract, it must comply with FAR Clause 52.219-9 regarding the requirement for a subcontracting plan. The subcontracting plan is not required as part of this submittal. IV. SUBMISSION REQUIREMENTS Offerors interested in providing A-E support services to the Volpe Center for transportation modernization support services, as defined above, are to submit five (5) copies of completed Standard Form 330 (SF 330), Architect-Engineer Qualifications Parts I and II no later than 12:00 PM ET on June 23, 2011 to the attention of Contracting Officer John Huss, RVP-31, 55 Broadway, Cambridge, MA 02142 AND Administrative Contracting Officer Daniel J. Leone, RVP-31, 55 Broadway, Cambridge, MA 02142. The completed SF 330, Part I - Contract-Specific Qualifications shall not exceed 35 printed pages total for responses. Double-sided pages shall be counted as two (2) pages. Pages shall be 8 ½ x 11 inch stock in portrait orientation. Print shall be Times New Roman, 12 point font. Any additional items, either not requested, or in excess of the above specified page limits, or in the incorrect format, will not be included in the evaluation process. There is no specific page limit on Part II - General Qualifications. The format for Part II will be the same as for Part I. Electronic responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bid. No materials will be returned. Do not fax or e-mail any material. This is not a request for proposal. Offerors may submit questions via e-mail to BOTH the Contracting Officer's and Administrative Contracting Officer's e-mail addresses listed. Questions will be accepted through Tuesday, May 31, 2011, 12:00 PM ET. Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-11-R-20019/listing.html)
- Record
- SN02453429-W 20110522/110520234937-307b4c75bae888a616ede2bb6b3099a8 (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 |