Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2020 SAM #6643
SOURCES SOUGHT

C -- Construction Inspection IDIQ

Notice Date
2/4/2020 9:34:59 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
6982AF CENTRAL FEDERAL LANDS DIVISI LAKEWOOD CO 80228 USA
 
ZIP Code
80228
 
Solicitation Number
6982AF20SS0006
 
Response Due
2/18/2020 1:00:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Craig Holsopple, Phone: 3039048778, Sheri Walsh, Phone: 7209633351
 
E-Mail Address
c_holsopple@comcast.net, CFLContracts@dot.gov
(c_holsopple@comcast.net, CFLContracts@dot.gov)
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL �SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED HUBZONE, WOSB, 8a OR SERVICE DISABLED VETERAN-OWNED SMALL BUSINESSES TO SET THIS PROJECT ASIDE. (Details Below).� Prime Contractors who are HUBZone small businesses, 8(a) small businesses,Woman Owned small businesses, or Service disabled veteran-owned small businesses and who intend to submit a proposal for this solicitation MUST submit the following by e-mail to CFLContracts@fhwa.dot.gov or by telefax to 720-963-3360 (Attn:� Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on February 18, 2020:� (1) A positive statement of your intention to submit a proposal for this solicitation as a Prime Contractor; (2) A copy of the letter from 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 eligibility � DO NOT SEND COPIES OF YOUR SAM PROFILE; 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 in SAM. PROJECT DETAILS:� Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration anticipates awarding one or more Indefinite Delivery Indefinite Quantity Contract(s) for Construction Contract Inspection and Administration Architect-Engineer (A-E) Services.� The NAICS code is 541330. This work will generally be performed at the project location and include all the duties associated with construction management, oversight, inspection, administration, and other transportation improvement project related services associated with the construction of federally funded road projects accommodating the needs of various Federal and local agencies such as, but not limited to, the National Park Service, the U.S. Forest Service, the U.S. Fish and Wildlife Service, State DOTs, and Counties.� The predominant geographic area includes, but is not limited to, Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming.� Projects are typically located in environmentally sensitive, remote locations with terrain ranging from mountainous to desert. This procurement is being solicited to A-E firms licensed and registered within one or more of the aforementioned states served by CFLHD with the capacity to provide construction inspection and administration personnel to projects in any of the aforementioned states on short notice (2 � 4 weeks).� Firms are required to provide a list of their highway/bridge construction inspection experience within the last 3 years where they were the prime contractor for work of similar type and scope.� Include contract numbers, titles, locations, and dollar amounts. � Each contract awarded will consist of 1 base year and options to extend the contract for 4 additional 1-year periods.� The guaranteed total contract minimum shall not be less than $50,000, with a maximum not-to-exceed 5-year total of $17.5�million for each contract.� Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract.� Construction Inspection Services will be managed in accordance with current Federal Lands Highway procedures, and/or specific project criteria as determined by CFLHD.� CFLHD uses the STANDARD SPECIFICATION FOR CONSTRUCTION OF ROADS AND BRIDGES ON FEDERAL HIGHWAY PROJECTS (FP), both International System of Units (Metric) and U.S. Customary Units (English).� Firms are required to include the number of qualified inspectors and project engineers employed full-time and must demonstrate their ability to satisfactorily accomplish all work items (either in-house or through qualified subcontractors) in accordance with the FP. � Scope of task orders may include but is not limited to staffing the following positions:� Contracting Officers Technical Advisor (COTA), On Site Construction Inspection, (CI), (Based on Government program needs, it is anticipated that three different levels of proficiency, CI-I, CI-II and CI-III), On-site Project Office Clerical Personnel, On Site Materials Laboratory Manager, Construction Schedule Analysis Engineer, Claims Analysis Engineer, Corporate Contract Manager, and Clerical. It is anticipated that this solicitation will be advertised in Spring/Summer, 2020 with an anticipated start date of Winter, 2020.� The requirement will consist of a base year plus four option years.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0efdad2c1f39421c869ba3725433bebf/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05552080-F 20200206/200204230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.