The RFP Database
New business relationships start here

Highway and/or Bridge Design and Engineering Services and for Other Engineering, Planning, and Architectural Services for Construction Projects, and Associated Engineering Services such as Geotechnical, Hydraulics and Hydrology, Survey and Mapping, Traffi


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
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 of qualified SMALL BUSINESSES for potential Multiple Award Task Order Contracts (MATOC) for providing Highway and/or Bridge Design and Engineering Services and for Other Engineering, Planning, and Architectural Services for Construction Projects, and Associated Engineering Services such as Geotechnical, Hydraulics and Hydrology, Survey and Mapping, Traffic Engineering, Structural Engineering, Planning, Value Engineering, and Environmental Compliance Required Under NAICS 541330 - Engineering Services.  

The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for Federal Land Management Agencies (FLMA) such as the National Park Service (NPS), U.S. Forest Service, U.S. Fish and Wildlife Service, etc. The work will be primarily located in in Maine, Vermont, New Hampshire, Massachusetts, Connecticut, Rhode Island, New York, New Jersey, Delaware, Pennsylvania, Maryland, Virginia, West Virginia, The District of Columbia, Ohio, Indiana, Michigan, Kentucky, Wisconsin, Iowa, Minnesota, Illinois, Missouri, North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Tennessee, Arkansas, Louisiana, Puerto Rico, and the US Virgin Islands but can also be anywhere else in the United States and all US territories.  Each of the resulting contracts will be for one base year with four one-year options with a maximum not-to-exceed amount of $50,000,000.  The number of IDIQ contracts to be awarded is undetermined at this time.

All work will be done under the supervision of a licensed professional engineer.  For additional information on the Architect-Engineer process see FAR Part 36.6. 

 

QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman-owned small businesses, 8(a) small businesses, or Service-disabled Veteran-owned small businesses shall submit the following information by e-mail to EFLHD.AE@dot.gov (Attn: Mr. Raymond Delpesche) no later than 2:00PM (EST) on January 28, 2018:

 

1. A positive statement of your intention to submit a proposal for the solicitation as a Prime Contractor containing your full business name, address, point of contact, phone number, e-mail address, and web site (if any).

2. Offeror's business designation and socioeconomic sector (i.e. Small, 8(a), Woman-owned, Service-disabled Veteran Owned, HUBZone, Small Disadvantaged, etc.); A copy of the letter from the Small Business Administration (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 whether the "Rule of 2" has been met for any particular socio-economic category for set-aside purposes.  DO NOT SEND COPIES OF YOUR CCR/SAM PROFILE.


3. Offeror's ability to perform at least 50% of the cost of contract performance effort with its own workforce.

4. Offeror's capability to perform a contract of this magnitude and complexity, comparable work performed within the past 5 years, including a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of project.  If a member of a joint venture, the offeror should include relevant information from both members of the JV. 

 

5. Commercial and Government Entity (CAGE) Code and DUNS Number; if a member of a joint-venture (JV) or mentor-protégé agreement with the SBA, please provide information on both members of the JV.

 

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 and registered under the NAICS code 541330 in the System for Award Management (SAM) located at https://www.sam.gov/

 

RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 10 PAGES.  Provide one paper copy and one electronic copy on a CD.  Please reference 693C73-19-SS-0004 Sources Sought in the subject line of your email.


Raymond H Delpesche, Contract Specialist, Phone 7039483561, Fax 571-434-1551, Email eflhd.ae@dot.gov - MELVIN O. SLOAN, Contracting Officer, Phone 7034046205, Fax 571-434-1551, Email EFHLD.contracts@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP