SOLICITATION NOTICE
C -- TRANSPORTATION PLANNING, PAVEMENT DESIGN, PERFORMANCE MANAGEMENT, TRAFFIC MONITORING, SAFETY REPORTS & STUDIES, AND ASSET MANAGEMENT
- Notice Date
- 11/29/2012
- 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
- DTFH71-13-R-00005
- Archive Date
- 3/29/2013
- Point of Contact
- Raymond Delpesche, Fax: 571-434-1551, Jason L. Albright, Phone: 703-948-3561
- E-Mail Address
-
elfhd.ae@dot.gov, eflhd.ae@dot.gov
(elfhd.ae@dot.gov, eflhd.ae@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Highway Administration (FHWA), Federal Lands Highway (FLH), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery, Indefinite Quantity Contracts (IDIQC) for providing Transportation Planning, Traffic Monitoring and Data Program Support Services, Traffic Counting, Asset Management, and other engineering services described in this Request for Qualifications (RFQ) in connection with the preparation of transportation studies and reports, project development activities, deployment of traffic counting and monitoring equipment and similar activities associated with 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 Bureau of Land Management (BLM), the U.S. Army Corps of Engineers (COE), etc. and other state, local, or other special-purpose governmental type units (such as municipal authorities) within the United States and its territories. The intent is for these contracts to be used by Eastern, Central, and Western Federal Lands Highway Division offices. The types of work the Architectural/Engineering firms (A/E) may be required to perform under this contract are generally anticipated to include but are not limited to the following: 1. Transportation and Urban Planning including Long Range Transportation Planning Support, Management System Support to integrate all management systems (including Pavement, Bridge, Congestion, and Safety Management Systems) into a priority setting/project selection tool for the expenditure of future funds, 2. Transportation Planning Studies at FLMA Units including collecting data and assessing existing conditions, conducting analysis, coordinating stakeholders and the public and developing transportation system alternatives, 3. Multi-modal transportation planning in multi-jurisdictional, politically sensitive environments, 4. Community Impact Analysis, and Public Involvement including facilitating Public Involvement, Governmental Collaboration, Regional Cooperation, as well as identifying potential Environmental Justice issues. 5. Engineering Studies including providing prioritized recommendations and preliminary cost estimates for the repair, rehabilitation, or reconstruction of selected roads and bridges. Also, Life Cycle Cost Analysis requirement for projects over one million dollars of total capital construction cost. 6. Planning and Development of Alternative Transportation Systems (ATS) and New Technologies for an internal and/or integrated regional transit service to relieve traffic congestion, parking shortages, enhance visitor mobility, and accessibility while respecting and preserving FLMA natural and cultural resources. The tasks may include planning, transit needs assessment, traffic volume and vehicle occupancy counts, bicycle and pedestrian improvement, intermediate and long range operational options, service development, transportation fee and revenue models identification, funding source identification and market studies, environmental feasibility of ATS alternatives, vehicle/vessel type recommendation, cost estimates for project development, vehicles/vessels to be deployed, supporting infrastructure such as parking, shelters, transit maintenance and storage facilities, docks and piers, and operating and maintenance costs. 7. Planning, Development, Installation, and Implementation of Intelligent Transportation Systems (ITS) which include: coordination with stakeholders, systems level analysis, ITS strategic assessment and deployment planning, project-level architecture development that satisfies national and identified regional and local ITS architecture needs, feasibility and existing and emerging technology assessment, and systems and user needs studies. 8. Traffic Operations and Safety Studies including gathering existing data or performing field data collection, perform crash data analyses and reports, field safety reviews, and provide technical assistance with MUTCD standards including retroreflective requirements; conduct and lead safety audits, perform manual and automated traffic counting; perform trip generation, trip distribution, modal choice analysis, and vehicular traffic assignments to develop design year (AADT/ADT)/design hour volume estimates; performing multimodal level-of-service and capacity analyses; development of traffic simulation models, examining land use forecasts and zoning issues; and studying state, MPO, and local transportation programs and plans. 9. Data Collection and Analysis including socio-economic data, population, employment, congestion, land use, zoning, traffic volumes that may include AADT calculation or estimation, ATR factor development, seasonal average daily traffic (SADT) development, and turning movement road segment counts, transit data, crash data, tourism and visitor data, parking capacity, under-utilized transportation facilities, marine highway, and railway facilities, existing and proposed greenway corridors, pedestrian and bikeway facilities, scenic byways and intermodal facilities. 10. Value Engineering Analysis per NPS DO90 and/or FLH Manual Chapter 2-E dated 1/24/2012 Section 3 d. Value Engineering Job Plan. 11. Traffic monitoring services may include coordination, education, resource paper development and training with FHWA and FLMA as part of a systems-level planning and design assessment. Work may include system deployment, equipment testing, inspection, minor, remedial, or major repairs to existing traffic counting equipment and installation of new traffic monitoring equipment. 12. Asset Management Assistance. Successful asset management system implementation is dependent upon integration of the four transportation management systems, Pavement (PMS), Bridge (BMS), Safety (SMS), and Congestion Management Systems (CMS), in the FLMAs transportation planning and management practices. The four transportation management systems are designed to provide the tools to guide the FLMAs in developing Long Range Transportation Plans (LRTPs) and Transportation Improvement Programs (TIPs) funded under the Federal Lands Highway Program (FLHP). In addition to the four management systems, the need exists to include both the Transportation Data Integration Program (TDIP) and Traffic Data Program (TDP) as part of the family of systems that are an integral part of implementing Asset Management. The contract would provide any and all services related to the implementation of Asset Management Strategic Implementation Plans for FLH or the FLMAs including but not limited to the National Park Service, Fish and Wildlife Service, Forest Service, Bureau of Land Management, Corps of Engineers, and the Bureau of Indian Affairs. The following tasks are some examples of the work required • Resource papers containing comprehensive assessments of FLH and FLMA Asset Management needs. • Resource papers documenting all existing FLH and FLMAs data sources for FLH-wide and FLMA data exchange; business rules and procedures; and best practices for data management. • FLMA asset management Gap Analysis Reports documenting available data and data needs and management system tools required but missing. • Develop and conduct pilot projects and reports and presentations demonstrating asset management benefits to FLMAs • Develop Asset Management Strategic Implementation Plans for each FLMA • Support FLMAs in implementation of management systems for pavement, bridge, safety, and congestion for all regions. • Educate/ partner with FLMAs to identify opportunities for future implementation of management systems. • Educate/ partner with FLMAs to identify opportunities for future implementation of asset management systems. • Strengthen FHWA/FLMA partnerships through continued training and support • Promote the need to fill critical data gaps a) Advocate the necessity of accurate, continuous and quality data to support development and implementation of the four core transportation management systems: PMS, BMS, SMS, and CMS. b) Secure commitment and funding to collect critical data elements necessary for asset management system implementation. c) Assist in evaluating short-term, mid-term and long-term data collection needs, resources, and benefits. • Assist in the development of Long Range Transportation Plans to implement asset management systems into FLMA transportation planning and management practices. • Provide support and assistance to FLMAs in implementation of Asset Management practices on a nationwide basis. • Provide technical support for the implementation of new or revised programs and practices as mandated by the MAP-21 Reauthorization. • Provide information and assistance in developing Performance Management measurements for all FLMAs. • Provide assistance in developing Special Studies related to asset management for FLMAs. • Develop pilot projects for possible management system integration and implementation. • Assist FLMAs with safety studies and safety management analyses in relation to asset management implementation. This contract 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. All engineering work performed by the A/E shall be performed under the direction of a U.S. registered professional engineer (PE) and/or other registered/certified professionals as required. All non-engineer work performed by the A/E shall be under the direction of a professional engineer (PE) or other experienced registered/certified professionals as required. The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with sub-consultants. The A/E will need to have direct contact with federal and/or state or local regulatory agencies to assure compliance with all applicable regulations, codes, and policies. The following professional disciplines are required to be on the team of the A/E or qualifying subcontractors thereof: Highway Engineer, Community Impact Specialist, Community Planner, Geographic Information Systems Specialist, Pavement Engineer, Graphic Designer, Marketing Specialist, Public Participation/Information Specialist, Traffic Operations Engineer, ITS Specialist, Highway Safety Specialist, Transit Planner, Transportation Engineer/ Planner, Asset Management Specialist, and Visitor Use Planning Specialist. One or more Standard Form (SF) 330's should be provided to document the availability of the defined professional disciplines on the team of the A/E firm or qualifying subcontractors thereof. For each professional discipline provide a name and resume in Section E of the SF 330's. The Key Personnel named in Section E will be required to work on any future task orders unless a substitution is approved by the Contracting Officer in advance. Familiarity with the latest version of Microsoft office and other state of the practice planning and analysis software applications is required. The purpose of this procurement is to select three (3) or more highly qualified firms to provide these planning, traffic monitoring, safety, pavement design, asset management, and other services defined in this request for qualifications (RFQ). A/E selection procedures will be used and selection will be non-project specific through the pre-selection and interview process. The firms will be selected based upon data contained within their Standard Form 330. Pre-selection and final selection will be based on the following criteria: (1) Past performance on contracts involving the work described in this RFQ in terms of cost control, quality of work, quality assurance and quality control procedures, and compliance with performance schedules. Any past performance references or documentation submitted must include Point(s) of Contact, current and valid e-mail address(es), and current and valid phone number(s). Include any relevant awards and/or recognition received within the last 5 years. Maximum of 40 points. (2) Specialized experience and technical competence of the firm's team in the type of work described in the RFQ. Provide Example Projects in Section F of the SF 330's in the areas of transportation planning, ITS, traffic monitoring, engineering, & data programs engineering, asset management type projects, and other described services in this RFQ that have been undertaken or completed within the past 5 years. Maximum 25 points. (3) Capacity of the firm's team (including multiple firms) to accomplish the work in the required time; number of qualified staff available considering their current work load, subcontractor support, if identified. Include discussion of and demonstrate the team's ability to deploy and manage teams in multiple locations to meet program schedules. Maximum 20 points. (4) Professional qualifications of the personnel necessary for satisfactory performance. Number of years of experience and education of the proposed staff, years of experience of staff with current firm, support staff, overall experience of the proposed overall contract project manager and each defined project manager for the planning, pavement design, traffic monitoring, safety and transportation operations, ITS, and asset management service areas, and other services in this RFQ. Maximum 15 points. No solicitation package is available. The successful firms will be awarded IDIQCs based solely on data contained in their SF330s, references, and presentations of pre-selected firms. The SF330's will be evaluated first and firms will be selected for a pre-selection list and invited to the Sterling, VA office to give presentations and answer questions. SF 330's are available on the U.S. General Services Administration website at: http://www.gsa.gov/forms/. Alternate forms and formats may be submitted, provided that the applicable information from the SF 330 is included. Once the presentations are completed, the Government will select the most highly qualified firms. After successful negotiations with each of the firms, individual IDIQ contract will be awarded. All Task Orders issued under the IDIQCs will be firm-fixed price. The individual Task Orders will be negotiated and issued based upon the terms of the IDIQC when services are required for a specific project(s). The Contract will have a minimum guaranteed amount of $3,000.00 for the base year and a maximum amount of $3,000,000.00 per year. The maximum amount for the total contract is $15,000,000.00. 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. Although this solicitation is open to all firms, the following is provided for Minority, Women-owned, and Disadvantaged Business Enterprises (DBE's). The Department of Transportation (DOT) offers working capital financing assistance for transportation related contracts. DOT's Short Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532 1169 or 202-366-1930. Internet address: http://osdbuweb.dot.gov Important Subcontracting Plans Requirements Required from all "other than Small business" when requirement is expected to exceed $650,000 ($1,500,000 for construction) [FAR 19.702]. Contracting Officer, Contracting Officer Technical 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]. If a large business is selected, they will comply with Federal Acquisition Regulations Part 19 regarding the requirement for a small business sub-contracting plan. Architect-Engineering (A/E) procedures will be used to select the firm, which must be capable of providing highway and/or bridge design related engineering services either independently or in conjunction with subcontractors. Important Payment Requirements: In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors will be registered in System for Award Management (SAM) database prior to award of a contract. Also FAR clause 52.232-33 (Oct 2003) requires CCR registration for payment. CCR registration is available on line at the following Internet web address: www.sam.gov. This procurement is being made under the North American Industry Classification Code 541330. Architect-Engineer selection procedures will be used and selection will be non-project specific through the pre-selection and interview stage. Annual Representations and Certifications FAR 52.204-8 (May 2012). The Representations and Certifications must be filled-in online at http://sam.gov/. The required Annual Form Vets-100 must also be filled-in online at http://vets100.dol.gov per FAR 52.222-37. Provide the primary firms Data Universal Numbering System (DUNS) number in the cover letter. Submittals are due by no later than January 8, 2013 at 2:00 p.m., local time; send one (1) CD with an electronic version of the firm's completed SF330, one (1) original (clearly labeled) and seven (7) copies of the submittals to: Eastern Federal Lands Highway Division Federal Highway Administration Attn: Raymond Delpesche 21400 Ridgetop Circle Sterling, VA 20166 Please send all questions concerning this project to eflhd.ae@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. Clearly label the envelope with reference to DTFH71-13-R-00005 in a prominent location. All firms will be notified of the results approximately 60 days after the closing date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/71/DTFH71-13-R-00005/listing.html)
- Place of Performance
- Address: United States and its territories, United States
- Record
- SN02939146-W 20121201/121129234439-ef9e89d3983518162fcbd083c801e299 (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 |