SOURCES SOUGHT
C -- Construction Inspection IDIQ
- Notice Date
- 7/17/2025 10:31:27 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 6982AF CENTRAL FEDERAL LANDS DIVISI LAKEWOOD CO 80228 USA
- ZIP Code
- 80228
- Solicitation Number
- 6982AF25SS00012
- Response Due
- 7/29/2025 1:00:00 PM
- Archive Date
- 03/25/2026
- Point of Contact
- Douglas Whitcomb, Kelly Palmer
- E-Mail Address
-
CflContracts@dot.gov, CflContracts@dot.gov
(CflContracts@dot.gov, CflContracts@dot.gov)
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL - SPECIFICATIONS ARE NOT AVAILABLE. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are small businesses, HUBZone small businesses, woman owned small business concerns, 8(a) small businesses, or service disabled veteran-owned small businesses and who intend to submit for this solicitation to allow for a set-aside in one (1) of these programs. Interested businesses must submit the following by e-mail to CFLAcquisitions@dot.gov (Attn: Douglas Whitcomb) for receipt by close of business (2 p.m. local Denver time) on July 29, 2025: (1) A positive statement of your intention to submit a proposal for this solicitation as a Prime Contractor; (2) Current socioeconomic small business type(s), if any; (3) Firms are required to provide a list of their road/bridge construction inspection experience within the last six (6) years where they were a prime or subcontractor for work of similar type and scope. Include contract numbers, titles, locations, and dollar amounts. (4) CFLHD uses the STANDARD SPECIFICATION FOR CONSTRUCTION OF ROADS AND BRIDGES ON FEDERAL HIGHWAY PROJECTS (FP). Firms are required to include the number of qualified inspectors and project engineers employed full-time and must demonstrate their ability to satisfactorily accomplish all work items (either in-house or through qualified subcontractors) in accordance with the FP. 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 in SAM. PROJECT DETAILS: The Federal Highway Administration, Central Federal Lands Highway Division (CFLHD), anticipates soliciting and awarding multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for non-personal construction project management, inspection and administrative support services for all phases of a construction project. CFLHD provides engineering and construction services on projects in the states of Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah, and Wyoming on behalf of Federal Land Management Agencies and other Agencies. This work will generally be performed at the project location and include all duties associated with construction management, oversight, inspection, administration, and other transportation improvement project related services associated with the construction of federally funded road projects accommodating the needs of various Federal and local agencies such as the National Park Service (NPS); USDA Forest Service (Forest Service); U.S. Fish and Wildlife Service (USFWS); Bureau of Indian Affairs (BIA) and Tribal Governments; Bureau of Land Management (BLM); Department of Defense (DOD); U.S. Army Corps of Engineers (USACE); and the Bureau of Reclamation (BOR)s. Projects are typically located in environmentally sensitive, remote locations with terrain ranging from mountainous to desert. This procurement is being solicited to A-E firms licensed and registered within one or more of the aforementioned states served by CFLHD with the capacity to provide construction inspection and administration personnel to projects in any of the aforementioned states on short notice (2 - 4 weeks). Firms are required to provide a list of their highway/bridge construction inspection experience within the last six (6) years where they were the prime or subcontractor for work of similar type and scope. Include contract numbers, titles, locations, and dollar amounts. The planned duration for each contract awarded is a total of five (5) years. Each contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. The small business size standard is $25.5 million. In support of onsite construction activities, the primary services work will predominantly consist of consultant onsite personnel, specifically, Project Officer Engineers, Construction Inspectors, Project Managers, Senior Scheduler/Claims Analysts and other engineering and professional services. The projects include construction work on roadways, bridges, trails and encompass a wide range of work from new work to rehabilitation of existing environments. The solicitation is anticipated to be available in Summer/Fall 2025 with an anticipated start date of Summer 2026.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/740e56230f054143819ccec46f8eb672/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07514915-F 20250719/250717230059 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |