SOURCES SOUGHT
C -- National Park Service Road Inventory Program Data Collection, Processing, and Reporting
- Notice Date
- 4/8/2021 1:57:35 PM
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- 693C73 EASTERN FED LANDS DIVISION Ashburn VA 20147 USA
- ZIP Code
- 20147
- Solicitation Number
- 693C73-21-SS-0010
- Response Due
- 4/30/2021 11:00:00 AM
- Archive Date
- 07/31/2021
- Point of Contact
- C. Shawn Long, MELVIN O. SLOAN
- E-Mail Address
-
EFLHD.Contracts@dot.gov, EFLHD.Contracts@dot.gov
(EFLHD.Contracts@dot.gov, EFLHD.Contracts@dot.gov)
- Description
- Federal Highway Administration Eastern Federal Lands Highway Division Sources Sought Announcement No. 693C73-21-SS-0010 Road Inventory Program (RIP) Data Collection, Processing, and Reporting SUBMITTAL INFORMATION� ISSUE DATE: �April 8, 2021 DUE DATE FOR RESPONSES: �April 30, 2021 2:00 PM EST� SUBMIT RESPONSES TO: Mr. C. Shawn Long at eflhd.contracts@dot.gov � SUBMITTALS SHOULD BE MADE IN ELECTRONIC FORMAT� Synopsis:� This is a sources sought announcement and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose of this announcement is to determine the availability and capability of qualified sources to perform nationwide road pavement condition data collection using a vehicle system on paved roads for the National Park Service (NPS) as described below. Background and Prospective Requirement:� The Road Inventory Program (RIP) is preparing for a new data collection cycle of pavement condition data on the NPS paved road network. �The current data collection vehicle owned by the Federal Highway Administration (FHWA) is nearing the end of its life and this sources sought announcement is seeking responses from the industry on their ability to collect and perform pavement condition data analysis. �In this cycle, the Eastern Federal Lands Highway Division Road Inventory Program (EFLHD RIP) intends to collect an estimated 6,000 miles of paved roads over 2 to 4 years in National Park Service units across the country in nearly all of the 48 contiguous States and Washington D.C. �Attachment 1 lists possible parks and corresponding mileages for inclusion in the collection cycle. �Additionally, the RIP may also collect additional paved routes of other agencies such as the U.S. Fish and Wildlife Service, U.S. Bureau of Reclamation, or others when a need for data is determined. This sources sought announcement is seeking information on contractor-provided services for data collection in the lower 48 States and DC. �The contractor would be required to have experience using data collection vehicle(s) fabricated with equipment to collect pavement cracking (standard and depth images), rutting, roughness, GPS, and roadway imagery similar to state departments of transportation. Additionally, the contractor shall be required to: (1) process the data and deliver it in a database format defined by the FHWA RIP, (2) maintain their own collection vehicle(s), (3) store and display road condition data and video via a standalone program and through an online web service. �Three optional tasks may be included if future program funding allows for formal reporting of condition reports, roadside features extraction from images, and/or LiDAR data collection (on a subset of the network miles). Responses to this sources sought announcement should address (1) the industry�s willingness to submit contract proposals for collecting the road condition data on a network spanning a large geographic area across multiple states but with relatively low collected mileage in each NPS park unit, (2) experience and ability to collect pavement data using data collection vehicles, current abilities to perform data collection with data collection vehicles, (3) information on pricing for data collection at the referenced sites in Attachment 1, (4) and information on pricing for road condition data analysis and a program video/data viewer (standalone and online). The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding one contract for the aforementioned services sometime during the first quarter of the Federal Government�s Fiscal Year 2022 (October 1, 2021 � December 31, 2021). �The cost of these services is estimated to be between $2,000,000 to $3,000,000. � QUALIFIED PRIME CONTRACTORS shall submit the following information by e-mail to EFLHD.Contracts@dot.gov (Attn: Mr. C. Shawn Long) no later than 2:00PM (EST) on April 30, 2021: 1. �A positive statement of your intent to submit a proposal in response to the solicitation for the aforementioned services as a prime contractor containing your full business name, address, point of contact, phone number, e-mail address, and web site (if any). 2. �Commercial and Government Entity (CAGE) Code and DUNS Number; if a member of a joint-venture (JV) or mentor-prot�g� agreement with the SBA, please provide information on both members of the JV. 3. �Your firm�s size standard under NAICS code 541370 � Surveying and Mapping (except Geophysical) Services ($16.5 Million) or any other NAICS code that you think are closely related to the aforementioned services. �All firms should be certified and registered under the proper NAICS code in the System for Award Management (SAM) located at https://www.sam.gov/. 4. �Identify all applicable classifications for your firm such as: �large business, small business; woman-owned small business; 8(a) small business; small disadvantaged business; HUBZone small business; SDVOB small business; etc. �This information must be provided to determine whether the ""Rule of 2"" has been met for any socio-economic category for set-aside purposes. �DO NOT SEND COPIES OF YOUR SAM PROFILE. �Please note that 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. � 5. �Confirmation of the offeror's ability to perform at least 50% of the cost of contract performance effort with its own workforce. 6. �Offeror's capability to perform a service contract of this magnitude and complexity, comparable work performed within the past 5 years, including a brief description of the services provided, customer�s name, timelines of performance, customer satisfaction, and dollar value of the contract. �If a member of a joint venture (JV), the offeror should include relevant information from both members of the JV. RESPONSES TO THIS SOURCE SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 7 PAGES, single-spaced, with font size 12 or larger using Times New Roman or Arial. �Page margins no smaller than 1� and page size shall be no greater than 8.5� x 11.� �Submission shall be provided in electronic format readable and searchable by Adobe Acrobat or Microsoft Word. �Do NOT submit marketing material, slide presentations, or technical papers. �Do NOT submit resumes.� Please reference �Sources Sought Announcement No. 693C73-21-SS-0010 for RIP Data Collection� in the subject line of your email.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/127b5b8936b9421cb4696f0971df2c6b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05966984-F 20210410/210408230113 (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 |