SOLICITATION NOTICE
C -- Transportation Planning, Pavement Design, Performance Management, Traffic Monitoring, Safety Reports & Studies, Asset Management, Environmental Compliance, and associated Engineering Services Indefinite Delivery, Indefinite Quantity (IDIQ) Contracts
- Notice Date
- 2/1/2024 11:41:37 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 693C73 EASTERN FED LANDS DIVISION Ashburn VA 20147 USA
- ZIP Code
- 20147
- Solicitation Number
- 693C7324R000013
- Response Due
- 2/15/2024 11:00:00 AM
- Archive Date
- 03/01/2024
- Point of Contact
- Raymond Delpesche, Phone: 7039483561, Christopher Shawn Long, Phone: 7034046212
- E-Mail Address
-
eflhd.ae@dot.com, christopher.s.long@dot.gov
(eflhd.ae@dot.com, christopher.s.long@dot.gov)
- Description
- The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery, Indefinite Quantity Contracts (IDIQCs) with a shared maximum capacity not to exceed $60 Million for transportation planning, pavement design, performance management, traffic monitoring, safety reports & studies, asset management, environmental compliance, and associated engineering services in connection with the preparation of transportation studies and reports, project development activities, deployment of traffic counting and monitoring equipment and similar activities. The provision of these services would be in support of 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 (USACE), and other state, local, or special-purpose governmental type units (such as municipal authorities) within the United States and U.S. Territories.� The intent is for these contracts to be used by the Eastern, Central, and Western Federal Lands Highway Division offices nationwide. The types of work the architect-engineer (A-E) firms may be required to perform under this contract are generally anticipated to include, but are not limited to: transportation and urban planning; transportation planning studies at FLMA units; �multi-modal transportation planning in multi-jurisdictional, politically sensitive environments; community impact analysis, and public involvement; engineering studies; planning and development of Alternative Transportation Systems (ATS) and new technologies for an internal and/or integrated regional transit service; planning, development, installation, and implementation of Intelligent Transportation Systems (ITS); traffic operations and safety studies; data collection and analysis; value engineering analysis; traffic monitoring services; asset management assistance.� These and other activities under this contract may require the provision of occasional engineering 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. This is not a solicitation.� This is a pre-solicitation.� The REQUEST FOR QUALIFICATIONS (RFQ) - �PHASE I should be issued on or about February 15, 2024. �The due date for electronic submission of all Statements of Qualifications (SOQs) via Standard Form 330 will be specified in the REQUEST FOR QUALIFICATIONS.� The selection of the most highly qualified firms will be based on demonstrated competence and professional qualifications according to specific criteria provided in the solicitation (RFQ).� For information on the selection process of architect-engineer (A-E) firms for IDIQ contracts, please see FAR Part 36.6.� Use Internet address https://www.sam.gov (click on Search Contract Opportunities, then type �693C73� in the Search Contract Opportunities box and click the search button and all available projects will be listed) to check for the availability of advertisement documents.� All documents can be directly downloaded from this website.� The solicitation (RFQ) will be issued in electronic format only.� Register to receive email notifications to be automatically notified when a document is added or updated for a specific project.� If firms do not register as an interested vendor at this website, there will be no Interested Vendors List. Annual Representations and Certifications FAR 52.204-8 (MAR 2023):� The Representations and Certifications must be completed online at https://www.sam.gov.� The required annual Form Vets-4212 must also be completed online at http://www.dol.gov/vets/vets4212.htm per FAR 52.222-37. Please send all questions concerning A-E services to EFLHD.AE@DOT.GOV.� Include the solicitation number, requesting firm and address, a point of contact and telephone number.� Requests for 'faxing' or overnight mailing will not be accepted. IMPORTANT PAYMENT REQUIREMENT: In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database at the time an offer is submitted.� Also, FAR clause 52.232-33 requires SAM registration for payment.� SAM registration is available online at the following Internet web address: www.beta.sam.gov. IMPORTANT SUBCONTRACTING PLAN REQUIREMENTS: Required from all ""other than small business"" when the requirement is expected to exceed $750,000 ($1,500,000 for construction) [FAR 19.702]. �The Contracting Officer is responsible for approving a reasonable and realistic subcontracting plan [FAR 19.705-4] [TAM 1219.705-470]. �Legislated subcontracting goals [15 USC 644(g)(1)]: 44% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Women-Owned Small Businesses (WOSB), 3% - HUBZone, 5% - Service-Disabled Veteran-Owned Small Businesses (SDVOSB). �A copy of each subcontracting plan (or contractor statement that no subcontracts are to be awarded) must be provided to Eastern Federal Lands and approved by the Contracting Officer prior to close of negotiations and any contract award.� The subcontracting plan shall be incorporated into the contract [TAM 1219.705-470(a)].
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6a39d5253fd949d68abdaf7f09fe590a/view)
- Place of Performance
- Address: Ashburn, VA 20147, USA
- Zip Code: 20147
- Country: USA
- Zip Code: 20147
- Record
- SN06952018-F 20240203/240201230038 (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 |