Trade Leads

ARCHITECTURAL, ENGINEERING & CONSTRUCTION SERVICES NEEDED
Bridge Inspection Services The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery Indefinite Quantity Contract (IDIQC) for providing bridge, tunnel, and culvert inspections, investigations, inspection reports and associated engineering services with Federal Land Management Agencies (FLMA) such as the National Park Service (NPS), U.S. Forest Service, U.S. Fish and Wildlife Service, and/or other federal, state, and local governmental agencies or other special-purpose governmental type units (such as municipal authorities) located primarily within the United States and Territories. For additional information on the A/E process see FAR Part 36.6. The work may include, but will not be limited to, providing initial, routine, in-depth, special, underwater, and/or other structure safety inspections as per the National Bridge Inspection Standards (NBIS); the preparation of inspection reports; load rating calculations; non-destructive evaluation (NDE) of structures; preparation of Plans, Specifications, and Estimates (PS&E) packages; and scour studies. The field inspections will be conducted by a team that meets the requirements set forth in the NBIS, and will be coordinated with the appropriate FHWA and partner agency personnel. The Contracting Officers Representative (COR) or designated representative may accompany the firm's field team during some or all of the inspections. The team will use equipment and vehicles necessary to perform inspections to FHWA standards. The firm will supply these items if not provided by FHWA. Measurements and photographs will be taken as outlined by the FHWA guidelines or as directed by the COR. Previous inspection reports and structure location maps may be provided to the firm when available. The inspection reports will be in a format specified as directed and will be prepared by using software provided by FHWA. Each report will include updated NBI and/or NPS data, a condition assessment of the structure and its components, identification of problems, photographs, CADD sketches, draft recommendations for repair or replacement including itemized cost estimates, load rating information, recommendations of further studies needed, and other data or pertinent information as specified by FHWA. The data files and original copies of reports and other deliverables will be the property of FHWA. Final approval of the reports will be made by FHWA. Some task orders may require "special CADD sketches". "Special CADD sketches" are further defined as the preparation of any structural details and their associated specifications as required by an awarded task order. Those "special CADD sketches" would be required to be in the most recent versions of Microstation and GEOPAK software and on CADD detail sheets provided by FHWA. Any associated special contract requirements and /or engineers estimate for "special CADD sketches" must be in the most recent versions of Microsoft Office (Word, Excel, Database, etc.). Other data or pertinent information as specified by FHWA may include design associated with the recommendations for repair or replacement. This procurement is made under the North American Industry Classification Code 541330 and is open to all business concerns. 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 (most recent edition). The Representations and Certifications must be filled-in online at http://www.sam.gov/. The required Annual Form Vets-100 must also be filled-in online at http://www.dol.gov/vets/vets-100.html per FAR 52.222-37. 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. In accordance with Federal Acquisition Regulation (FAR) Subpart part 4.1102, prospective contractors shall be registered in System for Award Management (SAM) database prior to award of a contract. Also FAR clause 52.232-33 requires SAM registration for payment. SAM registration is available online at the following Internet web address: http://sam.gov/. IMPORTANT SUBCONTRACTING PLAN 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's 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 [15 USC 644(g)(1)]: 43% - Small Businesses (SB), 5% - Small Disadvantaged Businesses (SDB), 5% - Women-Owned Small Business Entities (WOSB), 3% - HUBzones, 3% - 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 Office of Small Disadvantaged Business Utilization prior to close of negotiations (or award of the IFB) [TAM 1219.705-5 and -6]. Although this solicitation is open to all firms, the following is provided for minority, women, and disadvantaged business enterprises only: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned, and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information, call (800) 532-1169 or 202-366-1930. Internet address: http://osdbuweb.dot.gov 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 bridge inspections, investigations, inspection reports and associated engineering services either independently or in conjunction with subcontractors. To be eligible for contract award a firm must be registered in the System for Award Management (SAM), register via the Internet site at http://sam.gov/ The following professional disciplines are required to be on the team of the A/E or qualifying subcontractors thereof: Project Manager Inspection Team Leader (Professional Engineer (PE) or other qualification) Inspector Divers (qualified for underwater inspections) (when required) CADD Technician Clerical The technical evaluation criteria is listed below: (1) Specialized experience and technical competence of the firm in providing bridge inspections, inspection reports, and associated services as listed in this synopsis. (2) Professional qualifications necessary for performance of these types of services as listed in this synopsis. (3) Capacity to accomplish all work in the required time. List numbers of teams available to do the types of services as listed in this synopsis including subcontractors. (4) Past performance on bridge inspection contracts with Government Agencies and Private Industry in terms of quality of work, cost control, and compliance with performance schedules. Firms must identify references for past performance that include a point of contact (POC), current telephone number, dates of performance, name of project, and e-mail addresses. The period of performance must be within the past 5 years. Note: Criterion 1 is worth 40 points, Criterion 2 is worth 15 points, Criterion 3 is worth 15 points, and Criterion 4 is worth 30 points. No solicitation package is available. The successful firm or firms will be awarded an IDIQC based solely on data contained in their SF330s, references, and interviews of pre-selected firms. (Forms can be downloaded from http://www.gsa.gov/Portal/gsa/ep/formsWelcome.do?pageTypeId=8199&channelPage=/ep/channel/gsaOverview.jsp&channelId=-25201). Once the interviews are completed, the Government will select one or more firms. After successful negotiations with the firm or firms, individual IDIQ contracts will be awarded. The proposed work will be for one base year and four one-year options. All Task Orders issued under the IDIQCs will be firm-fixed price. The individual Task Orders will be issued based upon the terms of the IDIQC and when project needs are identified. The minimum guaranteed contract amount is $3,000 per year, and the estimated potential maximum total contract amount is $10,000,000. 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. Submittals are due no later than 2:00 p.m. (EST) on June 11, 2014; send one (1) CD containing the electronic version of the SF330 and one (1) original (marked original) and four (4) copies of the submittals to: Federal Highway Administration Attn: Edward Dominicci /Shirley Anderson 21400 Ridgetop Circle, Suite 105 Sterling, VA 20166 Clearly label the envelope with reference to DTFH71-14-R-00011 in a prominent location. All firms will be notified of the results approximately 90 days after the closing date. Please consult the list of document viewers if you cannot open a file. Synopsis Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: May 2, 2014 Bridge_Inspection_Services-_Full_and_Open.pdf (19.24 Kb) Description: Submittals are due June 11, 2014 at 2:00 pm EST. VETS-100A-Form Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: May 2, 2014 VETS-100A-Form.pdf (170.25 Kb) Description: VETS-100A-Form Amendment 1 Type: Mod/Amendment Posted Date: May 22, 2014 Amendment_0001-_Bridge_Inspection_Services.pdf (81.47 Kb) Description: The purpose of this amendment is: 1. Provide a summary of responses to questions/clarifications asked by potential bidders. 2. All other terms and conditions remain the same. Amendment 2 Type: Mod/Amendment Posted Date: May 29, 2014 Amendment_0002-_Bridge_Inspection_Services.pdf (81.29 Kb) Description: The purpose of this amendment is: 1. Provide a summary of responses to questions/clarifications asked by potential bidders. 2. All other terms and conditions remain the same. Short List Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: November 18, 2014 Short_List_for_FBO_-_111814.doc (22.50 Kb) Description: Short list of firms that advanced to the interview stage through the A/E evaluation selection process. Contracting Office Address: 21400 Ridgetop Circle Sterling, Virginia 20166 Place of Performance: United States and Territories United States Primary Point of Contact.: Edward Dominicci, Highway Engineer eflhd.ae@dot.gov Secondary Point of Contact: Shirley A Anderson, Contract Specialist eflhd.ae@dot.gov