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

expired opportunity(Expired)
From: Federal Government(Federal)
693C7324R000013

Basic Details

started - 10 Apr, 2024 (16 days ago)

Start Date

10 Apr, 2024 (16 days ago)
due - 17 Apr, 2024 (9 days ago)

Due Date

17 Apr, 2024 (9 days ago)
Bid Notification

Type

Bid Notification
693C7324R000013

Identifier

693C7324R000013
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8247)FEDERAL HIGHWAY ADMINISTRATION (1931)693C73 EASTERN FED LANDS DIVISION (393)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Federal Highway AdministrationEastern Federal Lands Highway DivisionTransportation Planning, Asset Management, Performance Management, Traffic Monitoring, Safety Reports & Studies, Environmental Compliance, and Associated Engineering ServicesIndefinite Delivery, Indefinite Quantity (IDIQ) Contracts693C7324R000013TWO-PHASE SelectionPHASE IREQUEST FOR QUALIFICATIONS (RFQ)The Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division (EFLHD), anticipates awarding multiple Indefinite Delivery, Indefinite Quantity Contracts (IDIQCs) for Transportation Planning, Pavement Design, Performance Management, Traffic Monitoring, Safety Reports & Studies, Asset Management, Environmental Compliance, and associated engineering services described in this Request for Qualifications (RFQ) 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 (COE), etc. and other state, local, or special-purpose governmental type units (such as municipal authorities) within the United States and its territories. The intent is for these contracts to be used by the Eastern, Central, and Western Federal Lands Highway Division offices nationwide with a total shared capacity not to exceed $60 million.For additional information on the selection process of Architect-Engineer (A-E) firms for IDIQ contracts see FAR Part 36.6. The types of work the A-E firms may be required to perform under this contract is generally anticipated to include but are not limited to the following:Transportation and Urban Planning including Long Range Transportation Planning Support, Management System Support to integrate all management systems (including Pavement, Bridge, Congestion, and Safety Management Systems) into a priority setting/project selection tool for the expenditure of future funds.Transportation Planning Studies at FLMA Units including collecting data and assessing existing conditions, conducting analysis, coordinating stakeholders and the public and developing transportation system alternatives.Multi-modal transportation planning in multi-jurisdictional, politically sensitive environments.Community Impact Analysis, and Public Involvement including facilitating Public Involvement, Governmental Collaboration, Regional Cooperation, as well as identifying potential Environmental Justice issues. Engineering Studies including providing prioritized recommendations and preliminary cost estimates for the repair, rehabilitation, or reconstruction of selected roads and bridges, and Life Cycle Cost Analysis.Planning and Development of Alternative Transportation Systems (ATS) and New Technologies for an internal and/or integrated regional transit service to relieve traffic congestion, parking shortages, enhance visitor mobility, and accessibility while respecting and preserving FLMA natural and cultural resources. The tasks may include planning, transit needs assessment, traffic volume and vehicle occupancy counts, bicycle and pedestrian improvement, intermediate and long range operational options, service development, transportation fee and revenue models identification, funding source identification and market studies, environmental feasibility of ATS alternatives, vehicle/vessel type recommendation, cost estimates for project development, vehicles/vessels to be deployed, supporting infrastructure such as parking, shelters, transit maintenance and storage facilities, docks and piers, and operating and maintenance costs. Planning, Development, Installation, and Implementation of Intelligent Transportation Systems (ITS) which include coordination with stakeholders, systems level analysis, ITS strategic assessment and deployment planning, project-level architecture development that satisfies national and identified regional and local ITS architecture needs, feasibility and existing and emerging technology assessment, and systems and user needs studies. Traffic Operations and Safety Studies including gathering existing data or performing field data collection, perform crash data analyses and reports, field safety reviews, and provide technical assistance with MUTCD standards including retroreflective requirements; conduct and lead safety audits, perform manual and automated traffic counting; perform trip generation, trip distribution, modal choice analysis, and vehicular traffic assignments to develop design year (AADT/ADT)/design hour volume estimates; performing multimodal level-of-service and capacity analyses; development of traffic simulation models, examining land use forecasts and zoning issues; and studying state, MPO, and local transportation programs and plans. Data Collection and Analysis including socio-economic data, population, employment, congestion, land use, zoning, traffic volumes that may include AADT calculation or estimation, ATR factor development, seasonal average daily traffic (SADT) development, and turning movement road segment counts, transit data, crash data, tourism and visitor data, parking capacity, under-utilized transportation facilities, marine highway, and railway facilities, existing and proposed greenway corridors, pedestrian and bikeway facilities, scenic byways and intermodal facilities. Value Engineering Analysis per NPS DO90 and/or FLH Manual Chapter 2-E dated 1/24/2012 Section 3 d. Value Engineering Job Plan.Traffic monitoring services may include coordination, education, resource paper development and training with FHWA and FLMA staff as part of a systems-level planning and design assessment. Work may include system deployment, equipment testing, inspection, minor, remedial, or major repairs to existing traffic counting equipment and installation of new traffic monitoring equipment.Asset Management Assistance. Successful asset management system implementation is dependent upon integration of the four transportation management systems, Pavement (PMS), Bridge (BMS), Safety (SMS), and Congestion Management Systems (CMS), in the FLMAs transportation planning and management practices. The four transportation management systems are designed to provide the tools to guide the FLMAs in developing Long Range Transportation Plans (LRTPs) and Transportation Improvement Programs (TIPs) funded under the Federal Lands Highway Program (FLHP). In addition to the four management systems, the need exists to include both the Transportation Data Integration Program (TDIP) and Traffic Data Program (TDP) as part of the family of systems that are an integral part of implementing Asset Management. The contractor would provide all services related to the implementation of Asset Management Strategic Implementation Plans for FLH or the FLMAs including, but not limited to, the National Park Service, Fish and Wildlife Service, Forest Service, Bureau of Land Management, Corps of Engineers, and the Bureau of Indian Affairs. The following tasks are some examples of the work that may be required under this contract:Resource papers containing comprehensive assessments of FLH and FLMA Asset Management needs.Resource papers documenting all existing FLH and FLMAs data sources for FLH-wide and FLMA data exchange; business rules and procedures; and best practices for data management.FLMA asset management Gap Analysis Reports documenting available data and data needs and management system tools required but missing.Develop and conduct pilot projects and reports and presentations demonstrating asset management benefits to FLMAs.Develop Asset Management Strategic Implementation Plans for each FLMA.Support FLMAs in implementation of management systems for pavement, bridge, safety, and congestion for all regions.Educate/ partner with FLMAs to identify opportunities for future implementation of management systems.Educate/ partner with FLMAs to identify opportunities for future implementation of asset management systems.Strengthen FHWA/FLMA partnerships through continued training and support.Promote the need to fill critical data gaps:Advocate the necessity of accurate, continuous, and quality data to support development and implementation of the four core transportation management systems: PMS, BMS, SMS, and CMS. Secure commitment and funding to collect critical data elements necessary for asset management system implementation.Assist in evaluating short-term, mid-term and long-term data collection needs, resources, and benefits.Assist in the development of Long-Range Transportation Plans to implement asset management systems into FLMA transportation planning and management practices.Provide support and assistance to FLMAs in implementation of Asset Management practices on a nationwide basis.Provide technical support for the implementation of new or revised programs and practices as mandated by MAP-21 the FAST Act, the Infrastructure Investment and Jobs Act (IIJA), the Bipartisan Infrastructure Law (BIL) and future surface transportation reauthorizations.Provide information and assistance in developing Performance Management measurements for all FLMAs.Provide assistance in developing Special Studies related to asset management for FLMAs.Develop pilot projects for possible management system integration and implementation.Assist FLMAs with safety studies and safety management analyses in relation to asset management implementation.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. All engineering work performed by the A-E shall be performed under the direction of a U.S. registered professional engineer (PE) and/or other registered/certified professionals as required. All non-engineering work performed by the A-E shall be under the direction of a professional engineer (PE) or other experienced registered/certified professionals as required.The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must demonstrate the ability to provide and manage a multi-disciplinary team from within the firm or in conjunction with sub-consultants. The A-E will need to have direct contact with federal and/or state or local regulatory agencies to assure compliance with all applicable regulations, codes, and policies.This procurement is being made under the North America 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 selection stage. Annual Representations and Certifications FAR 52.204-8 (FEB 2024): The Representations and Certifications must be filled-in online at https://www.sam.gov. Offerors are required to be registered in the System for Award Management (SAM) at https://www.sam.gov at the time an offer is submitted.Phase-I Pre-selection will be based on the following technical evaluation criteria and are listed below:Specialized experience and technical competence of the firm in providing transportation planning, asset management, performance management, traffic monitoring, safety reports & studies, environmental compliance, and associated engineering services as listed in this RFQ. The evaluation of this factor will make use of “Confidence Levels” of “High,” “Some,” and “Low.” Professional qualifications necessary for performance of these types of services as listed in this RFQ. The evaluation of this factor will make use of “Confidence Levels” of “High,” “Some,” and “Low.”Capacity to accomplish all work in the required time. List numbers of teams available to do the types of services as listed in this RFQ including subcontractors. The evaluation of this factor will make use of “Confidence Levels” of “High,” “Some,” and “Low.”Past performance will be evaluated on previously accomplished or currently ongoing transportation planning, asset management, performance management, traffic monitoring, safety reports & studies, environmental compliance, and associated services contracts with Federal, State, and Local 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 the POC’s e-mail address. The period of performance end date for all of these cited past performance assignments must be within the past 7 years. Provide interim or final past performance evaluations for the example projects identified in Section F of the SF330. In addition to the example projects listed in Section F of the SF330, no more than five (5) additional past performance evaluations for similar assignments completed within the past five (5) years may also be provided. The evaluation of this factor will make use of “Confidence Levels” of “High,” “Some,” and “Low.”No solicitation package is available. The successful firm or firms will be awarded an IDIQ contract based on data contained in their SF330s, past performance references and pertinent past performance information available from other sources. Interviews of pre-selected firms may be conducted if determined necessary. Forms can be downloaded from https://www.gsa.gov/forms.After successful negotiations with the firms, individual IDIQ contracts will be awarded. The proposed work duration of each contract award will be one base year and four one-year options. All task orders issued under the IDIQC 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 for a specific project(s).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. Interested firms shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject all offers. The Government will use technical evaluation criteria for the evaluation process in rendering the best decision for award of this contract.Note: Information on the PROPOSAL DUE DATE will be provided to all shortlisted firms during Phase II of the solicitation. 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 will be issued in electronic format only. If firms do not register as an interested vendor at this website, there will be no Interested Vendors List.It is the Offerors' responsibility to check the Internet address provided as necessary for any posted changes to this notice and future solicitations or amendments.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.

Location

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Ashburn

Office Address : 22001 Loudoun County Parkway Suite E2-3-300 Ashburn , VA 20147 USA

Country : United StatesState : VirginiaCity : Ashburn

Classification

naicsCode 541330Engineering Services
pscCode C1LBARCHITECT AND ENGINEERING- CONSTRUCTION: HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS