693C73-19-SS-0006 Construction Inspection SATOC
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 announ... 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 BUSINESSES for a potential Single Award Task Order Contract (SATOC) for providing Consultant Onsite Personnel (COP), specifically, Project Officer Engineers (POE), Construction Inspectors (CI), Project Managers (PM), and Senior Scheduler/Claims Analysts (SCA) under NAICS 541330 - Engineering Services. Also, the awarded contracts may require the provision of occasional design services including Geotechnical Engineers, Electrical Engineers, Structural Engineers, Hydraulic Engineers, Materials Engineers, QC/QA Managers, CADD Support Technicians, Field and Laboratory Testing, and other related Transportation Engineering and Construction Management personnel to be performed or approved by a licensed/registered professional engineer in the state or territory of the work location. The firm must possess the ability to provide multiple positions at the same time. The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding a Single Award Task Order Contract (SATOC), Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for the provision of Consultant Onsite Personnel (COP) services on behalf of for 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 U.S. Army Corps of Engineers (USACE), the Bureau of Land Management (BLM), etc. for properties under FLMA management and administration that are LOCATED IN Maine, Vermont, New Hampshire, Massachusetts, Connecticut, Rhode Island, New York, New Jersey, Delaware, Pennsylvania, West Virginia, Ohio, Michigan, Indiana, Kentucky, Wisconsin, Iowa, Minnesota, Illinois, Missouri, Maryland, Virginia, the District of Columbia, North Carolina, South Carolina, Georgia, Florida, Alabama, Mississippi, Tennessee, Arkansas, Louisiana, Puerto Rico, and the U.S. Virgin Islands. The resulting contract will be for one base year with four one-year options with a maximum not-to-exceed amount of $50 million over this five-year period. Any contract award will be made no earlier than October 01, 2019. 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 currently certified by the U.S. Small Business Administration or the U.S. Veterans Administration as 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: Sean O'Brien) no later than 2:00PM (EST) on March 11, 2019: 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 15% of the cost of contract performance effort with its own workforce. Include example projects completed during the past 5 years in the areas of Consultant Onsite Personnel (COP), specifically, Project Officer Engineers (POE), Construction Inspectors (CI), Project Managers (PM), and Senior Scheduler/Claims Analysts (SCA) as well as Geotechnical Engineers, Electrical Engineers, Structural Engineers, Hydraulic Engineers, Materials Engineers, QC/QA Managers, CADD Support Technicians, Field and Laboratory Testing, and other related Transportation Engineering and Construction Management. Clearly describe the role of your firm on each example project. 4. Offeror's capability to perform a contract of this magnitude and complexity, comparable work performed by the offeror within the past 5 years, including a brief description of the project, customer name, timelines of performance, project location, 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. 7. List all NAICS codes your firm is registered under. 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/.List all NAICS codes your firm is registered under. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 15 PAGES. Submit only one file that is limited to 15 pages. Please reference 693C73-19-SS-0006 Sources Sought in the subject line of your email.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »