Search Contract Opportunities

Project Management Oversight on Federal Transit Major Capital Projects

ID: DTFT60-02-R-00006 • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 17, 2002, 1:00 a.m. EDT
This modification is issued to remove the sentence reading "The firms selected for contract award will be licensed Architect and Engineering firms as the majority of services to be performed under this contract will be engineering in nature."
Posted: Oct. 8, 2002, 1:00 a.m. EDT
Posted: Sept. 13, 2002, 1:00 a.m. EDT
SUBJECT: IDIQ A-E Contract for A-E Services in the United States DESCRIPTION: The Federal Transit Administration (FTA) is seeking qualified firms or organizations to provide Architect/Engineer (A/E) services under an Indefinite Quantity contract for a variety of FTA assisted projects requiring project management oversight (PMO) services within areas of national significance in all fifty states and US territories. PMO services are the monitoring of a FTA assisted project's progress in order to ascertain whether the project is on time, within budget, in conformance with design criteria, constructed to approved plans and specifications, and efficiently and effectively implemented. FTA intends to obtain PMO services on specific projects including but not limited to rail modernization, new start construction, and other major capital projects deemed appropriate by FTA. The projects to be monitored vary in size from $30,000,000 to over $1,000,000,000. This announcement is open to all businesses regardless of size. The firms selected for contract award will be liscensed Architect and Engineering firms as the majority of services to be performed under this contract will be engineering in nature. The Government may elect to award up to 15 indefinite-delivery, indefinite-quantity contracts under this solicitation. The contract period is five years from date of award. The indefinite-delivery, indefinite-quantity (IDIQ) contracts will have a maximum monetary limit of $20 million, with a minimum guaranteed amount of $1,000. Work under this contract will be assigned subject to satisfactory negotiation of individual task orders. Task orders may be written for a maximum of $10 million. The duration and level of effort for each task order will vary according to the size and status of each monitored project. FTA will provide each awardee a fair opportunity to be considered for each task order, with consideration of any conflicts of interest or past performance issues. The Government reserves the right to award contracts to the firms considered most highly technically qualified to perform the work, subject to negotiation of compensation and terms acceptable to the Government. Selection of A-E firms is based upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. A goal of 13 percent has been established for this procurement for participation by or subcontracting to woman-owned businesses, small business concerns and/or small disadvantaged businesses. This goal is applied to the total cost of each contract. REQUIRED DISCIPLINES: To ensure that selected firms have the specialized experience, each firm must have personnel from each of the following disciplines: Electrical or traction power engineering, mechanical or vehicle engineering, signals (railroad or transit) engineering, communication (railroad or transit) engineering, cost estimating, project scheduling, quality assurance engineer, value engineering specialist, civil engineering and structural engineering. Services also include fact-finding studies, site surveys, investigations and economic analysis in evaluation or assessment of design requirements; the production of designs, construction drawings, specifications, and estimates as required to execute construction projects. As well as construction observation, review of grantee submittals, participation in value engineering, site visits, and observation of field-testing and start-up for revenue operations. Incidental services, e.g. transit system security, real estate, environmental compliance, operations management, AutoCAD drafting, word processing, etc. may be required in the performance of specific task order requirements. Some limited design work in regards to these projects may also be required in order to validate grantee designs, criteria or standards. Your submission will be evaluated using the criteria listed below. The Government may then request technical proposals, oral presentations, and subsequently cost proposals from the firms considered to be the most qualified to perform the required services. The government will score the Qualifications of the Proposer's Firm and its subcontractors based upon evaluation of submissions in accordance with the factors, subfactors and sub-subfactors set forth below which are listed in descending order of importance. 1. Professional qualifications of staff and consultants including all principals and key staff of the firm, its consultants, and project personnel, with projects of types to be assigned to this contract: The following subfactors are listed in descending order: ( With respect to these subfactors: advanced education, professional registration or certification and better references will be weighted more than that without.) -Project Manager -Cost estimating and project scheduling. (With respect to this subfactor, experience with construction lump sum bidding will be weighted more than that with engineering firms. ) -Quality assurance engineer; -Civil/Structural Engineering including Trackway; -Systems Engineering Management and Systems Integration Management inclusive of signals and communications engineering; -Rail Vehicle engineering; -Traction Power and Facilities Electrical/Mechanical Electrical; -Automatic Train Control; -Automatic Fare Collection and Data Acquisition System (DAS); -Station Design Architecture and Landscaping; (With respect to this subfactor, experience with Americans with Disabilities regulations and practices will be weighted more than that without. -Value engineering specialist. With respect to each of the project management or specific discipline personnel listed immediately above; the following sub-subfactors are all of an equal weight: (With respect to these listed sub-subfactors, rail experience will be weighted more than bus, multiple modes will be weighted more than single mode experience and public sector (local, state or federal) experience will be weighted more than that without.) -Management of Engineering service contract experience; -Engineering design management experience; -Construction Management experience; -Federal grant management process, compliance and regulatory experience. 2. Capacity to simultaneously execute multiple Task Orders. The following subfactors are listed in descending order: -Ability of the project management team to execute multiple task order assignments; -Ability of the engineering discipline teams to support multiple task order assignments; -Ability to execute specialized assignments and more generalized work assignments simultaneously; -Ability to deliver quality products and services in support of multiple task order assignments. -Ability of the Officer in Charge to support the project management team in executing multiple task order assignments. 3. Professional qualifications of firm and subconsultants: -In addition, the firm must have had at least one work experience in project management or construction management, for a project with a construction value equal to or greater than $20,000,000, in one of the following areas: civil project, fixed guideway, transit project or railroad project. 4. Past Performance: -Relevant past performance within five years on contracts with Federal government agencies and/or private industry in terms or cost control, quality of work, and compliance with performance schedules. Provide project title, location, team member(s) who participated in the cited project and the nature of their responsibility, dollar value of the work for which the team member was responsible, total project cost, date of construction completion, owners point of contact (name, Title, current telephone number and/or e-mail address). Interested firms who have the experience and demonstrated capability to provide the required services are invited to submit eight (8) copies of your detailed Standard Forms (SF) 254 "Architect-Engineer and Related Services Questionnaire" and 255 "Architect-Engineer and Related Services Questionnaire for Specific Project." As a cover page for your submission please provide a cover letter stating the point(s) of contact for your submission to include name, title, telephone number, fax number, and email address; and the size classification (large, small, small disadvantaged, woman-owned, etc.) of your firm. Your submission must clearly reference solicitation number DTFT60-02-R-00006. All questions regarding this solicitation must be submitted via email to annette.jamison@fta.dot.gov.

Overview

Response Deadline
Oct. 29, 2002, 12:00 a.m. EST Past Due
Posted
Sept. 13, 2002, 1:00 a.m. EDT (updated: Oct. 17, 2002, 1:00 a.m. EDT)
Set Aside
None
NAICS
None
Place of Performance
(blank), (blank) (blank) USA
Source

Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 9/13/02 Federal Transit Administration issued Presolicitation DTFT60-02-R-00006 for Project Management Oversight on Federal Transit Major Capital Projects due 10/29/02. The opportunity was issued full & open and PSC C.
Primary Contact
Name
Annette Jamison, Contract Specialist, Phone (202) 366-4444, Fax (202) 366-3808, Email annette.jamison@fta.dot.gov   Profile
Email
annette.jamison@fta.dot
Phone
None

Documents

Posted documents for Presolicitation DTFT60-02-R-00006

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation DTFT60-02-R-00006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation DTFT60-02-R-00006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation DTFT60-02-R-00006

Experts for Project Management Oversight on Federal Transit Major Capital Projects

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL TRANSIT ADMINISTRATION > 693195 OFFICE OF ACQUISITION MGT
FPDS Organization Code
6955-00060
Source Organization Code
100184892
Last Updated
Nov. 13, 2002
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 13, 2002