Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Road Inventory Program IDIQ

This opportunity is a Recovery and Reinvestment Act action
Solicitation Number: DTFH68-13-R-00001
Agency: Department of Transportation
Office: Federal Highway Administration (FHWA)
Location: Central Federal Lands Highway Division
  • Print
:
DTFH68-13-R-00001
:
Presolicitation
:
Added: Jan 03, 2013 11:27 am Modified: Jan 28, 2013 10:50 amTrack Changes
EDIT 1/28/13:  Changed estimated advertisement date to February 6, 2013. 



CONTRACT DETAILS:
  CFL anticipates awarding an IDIQ contract for 1 base year and 4 option years to one contractor for Road Inventorying services.


In compliance with the new transportation authorization, Moving Ahead for Progress in the 21st Century (MAP-21), specifically under the Federal Lands Transportation Program, this contract will provide transportation inventory, comprised of data collection and reporting services for Federal Land Management Agencies (FLMAs) to collect condition and feature information on their transportation assets and to make available the spatial and tabular data in such a way that it can be used in a Geographic Information System (GIS) to create and disseminate electronic reports. Services to be performed include, but are not limited to, inventorying paved and unpaved roads, trails, parking lots, boardwalks, bridges, docks, airstrips, culverts and signs.  Also included will be support services needed such as data hosting, computer programming, and website design. 


The FLMAs may include, but are not limited to, the US Fish and Wildlife Service (FWS), the US Forest Service, the National Park Service, Bureau of Land Management, Army Corps of Engineers, Indian Reservation Roads (IRR), and any other FLMA as needed.  This contract will entail transportation asset inventory across the entire United States and possibly its territories. Individual task orders will be broken up into regional collection phases, as determined in consultation with the FLMAs (client).


The government anticipates individual task orders ranging from a minimum order amount for the IDIQ contract of $50,000 (expected to be met with award of the seed project) to $1,000,000 per individual task order, and a potential not-to-exceed 5-year maximum aggregate amount of $5,000,000 over the life of the contract (including option years.)  The Request for Proposals (RFP) will include the Service Act determinations and a Scope of Work for the project.  Task Orders will be predominantly for Road Inventorying and Reporting Services.


The first Task Order (TO) or "Seed Project" will be issued simultaneously with the IDIQ Request for Proposal as an attachment.  Contractors will be required to submit a proposal for the first task order as well as the base IDIQ.  The proposal for the first task order will be used to evaluate price for the best value IDIQ contract.  The first TO will be to perform the road inventory work for Hart Mountain Nation Antelope Refuge located in south east Oregon and Sheldon NWR located in northwest Nevada.  The rates and labor types proposed by the contractor will be included in the final contract language and will establish the labor rates to be used in future negotiations.


This is a best-value negotiated type procurement and evaluation factors for award will be fully stated in the RFP which will be available as noted below.  The Government intends to award one Indefinite Quantity, Indefinite Delivery (IDIQ) as a result of this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government- price, technical, and other factors considered.     

Tentative advertisement date is on or about February 6, 2013, 2013. 


PLEASE NOTE:   The Request for Proposal will be available for download on or about January 18, 2013, from the Federal Business Opportunities (FBO) website at www.fedbizopps.gov.   The RFP, including scope of work, WILL BE AVAILABLE FOR DOWNLOAD IN ADOBE (.pdf) FORMAT ONLY ON CFLHD's WEBSITE at http://www.cflhd.gov/contracting/construction/AdvertisedProjects.cfm  under the Project Name.  In order to view the plans, interested vendors must register through the CFL website.  Other information regarding this solicitation is also available at the above website.  If you have problems accessing information on the website, please email CFLContracts@dot.gov.


Technical questions specific to the project will only be addressed by FHWA via written correspondence to e-mail address CFLContracts@dot.govor FAX to (720) 963-3360.  Address all correspondence to Jeremiah Rogers.



 

Added: Feb 06, 2013 3:32 pm
EDIT 2/6/13.  This requirement continues to have delays.  The new estimated advertisement date is February 22, 2013, although this is only an estimate.
:
12300 West Dakota Avenue
Lakewood, Colorado 80228
:
Contract is ran out of Lakewood, CO however performance could be any state in the US and/or its territories.
Lakewood, Colorado 80228
United States
:
Jeremiah Rogers
Phone: 7209633090
:
Jason J Longshore
Phone: 7209633090