Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2012 FBO #3737
SOLICITATION NOTICE

C -- A/E FULL-SERVICE DESIGN IDIQ

Notice Date
2/15/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-12-R-00009
 
Archive Date
7/31/2012
 
Point of Contact
Aaron L. Sanford, Phone: 7209633090, Jason J Longshore, Phone: 7209633090
 
E-Mail Address
cflcontracts@dot.gov, cflcontracts@dot.gov
(cflcontracts@dot.gov, cflcontracts@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS PROCUREMENT WILL BE ADVERTISED ON AN UNRESTRICTED BASIS (FULL AND OPEN COMPETITION). Tentative advertisement date is March 1, 2012. Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration anticipates awarding one or more Full-Service Indefinite Delivery Indefinite Quantity (IDIQ) contracts for architect-engineer (A-E) services. Projects will primarily involve improvements to low-volume and low-speed roadways ranging from 3R (resurfacing, restoration and rehabilitation) to full reconstruction. Transportation engineering services will include all pertinent highway work needed to conduct planning, scoping, preliminary and final design to prepare contract documents in support of several federally funded programs administered by CFLHD. TYPE OF CONTRACT: This procurement is being solicited on an unrestricted basis to A-E firms licensed and registered within one or more of the states served by CFLHD. Professional documents produced under each contract will require a Professional Engineer and/or a Registered Land Surveyor license relative to the state in which the project work is located. Each contract awarded will consist of 1 base year and options to extend the contract for 4 additional 1-year periods. Each successful A-E firm will be re-evaluated each year to determine award of options to extend the contract. The guaranteed contract minimum shall not be less than $25,000, with a maximum not-to-exceed 5-year total of $10 million. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Task orders may or may not be for a complete project or series of projects. Selected firms must comply with Equal Employment Opportunity requirements in accordance with FAR 22.8. Subcontracting plans will be required by the selected firms for large businesses in accordance with FAR 19.7. The subcontracting plan must show the firms intended use of small business, HUBZone small business, small disadvantaged business, veteran-owned small business, service-disabled veteran-owned small business, and women-owned small business concerns. Subcontracting Plans are not required with submission of SF 330. GENERAL SCOPE OF WORK: CFLHD operates as part of the Office of Federal Lands Highway, serving the transportation engineering needs of Federal Land Management Agencies (FLMA) such as the National Park Service, the U.S. Forest Service, and the U.S. Fish and Wildlife Service. This work will be associated with Federally funded road projects with the majority of work being funded through the Federal Lands Highway Program (FLHP), which includes five core areas; the Refuge Road Program; the Park Roads and Parkways Program; the Indian Reservations Roads and Bridges Programs; the Forest Highways Program; and the Public Lands Highways Discretionary Program. Projects are typically located in environmentally sensitive areas that necessitate context-sensitive design techniques and processes. The geographic area of CFLHD includes, but is not limited to, Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming. SERVICES REQUIRED UNDER THE CONTRACT: The scope of task orders may include, but are not limited to: Project Management, Highway design activities, Environmental compliance services, Geotechnical engineering, Bridge and other structural design activities, Hydraulic and hydrologic engineering, Surveying and mapping services, Right-of-way and utility services, Post design support and Transportation Planning PLEASE NOTE: Solicitation documents will be available for download on or after March 1, 2012, from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov. This will be a Brooks Act Procurement in accordance with FAR part 36.6. Please refer to the FAR for more information. Other information regarding this solicitation will also be available at the above website. Technical questions specific to the project will only be addressed by FHWA via written correspondence to e-mail address CFLContracts@dot.gov or FAX to (720) 963-3360. Please DO NOT submit technical questions until the solicitation has been advertised.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-12-R-00009/listing.html)
 
Place of Performance
Address: 12300 W. Dakota Avenue, Lakewood, Colorado, 80228, United States
Zip Code: 80228
 
Record
SN02676475-W 20120217/120215235129-bef2d1aec901c7ed5b1a4866c653de91 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.