Virginia Bids > Bid Detail

Transportation Planning, Pavement Design, Performance Management, Traffic Monitoring, Safety Reports & Studies, Asset Management, Environmental Compliance, and associated engineering services.

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159731763138174
Posted Date: Jan 10, 2023
Due Date: Feb 13, 2023
Solicitation No: 693C73-23-SS-0003
Source: https://sam.gov/opp/79bab839e2...
Follow
Transportation Planning, Pavement Design, Performance Management, Traffic Monitoring, Safety Reports & Studies, Asset Management, Environmental Compliance, and associated engineering services.
Active
Contract Opportunity
Notice ID
693C73-23-SS-0003
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL HIGHWAY ADMINISTRATION
Office
693C73 EASTERN FED LANDS DIVISION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 10, 2023 04:17 pm EST
  • Original Response Date: Feb 13, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1LB - ARCHITECT AND ENGINEERING- CONSTRUCTION: HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Ashburn , VA 20147
    USA
Description

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 Transportation Planning, Pavement Design, Performance Management, Traffic Monitoring, Safety Reports & Studies, Asset Management, Environmental Compliance, and associated engineering services under NAICS 541330 - Engineering Services. Also, the awarded contracts may require the provision of occasional 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.



The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery Indefinite Quantity Contracts (IDIQC) for the provision of technical support services on behalf 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 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 ALL FIFTY (50) UNITED STATES AND U.S. TERRITORIES. There will be a shared-ceiling value of $60M to be shared amongst all IDIQ contract holders.



The number of IDIQ contracts to be awarded is undetermined at this time, and it’s anticipated there will be no contract award before November 15, 2023.



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: Raymond Delpesche) no later than 2:00PM (EST) on February 13, 2023:



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 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 CCR/SAM PROFILE.



3. Offeror's ability to perform at least 50% of the total estimated maximum cost of the contract performance effort with its own workforce. To demonstrate Offeror’s ability to perform these services, please include a representative example of no less than five (5) and no more than ten (10) projects completed during the past 5 years in the areas of Transportation Planning, Pavement Design, Performance Management, Traffic Monitoring, Transportation Safety Reports & Studies, Environmental Compliance, and Transportation Asset 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. Unique Entity Identifier Number(UEI); 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://sam.gov/content/home



RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT SHALL BE LIMITED TO 10 PAGES.



Please reference Sources Sought Solicitation 693C73-23-SS-0003 in the subject line of your email.


Attachments/Links
Contact Information
Contracting Office Address
  • 22001 Loudoun County Parkway Suite E2-3-300
  • Ashburn , VA 20147
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 10, 2023 04:17 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >