FIBER REINFORCED CONCRETE ASPHALT TESTING SERVICES
ID: 693C7325Q000011Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693C73 EASTERN FED LANDS DIVISIONAshburn, VA, 20147, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- MISCELLANEOUS (H299)
Timeline
    Description

    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors to provide Fiber Reinforced Concrete Asphalt Testing Services. The primary objective of this procurement is to conduct rigorous testing of fiber-reinforced asphalt concrete and its non-fiber counterpart, producing a comprehensive report that demonstrates the construction applications of these materials. This testing is crucial for evaluating the benefits of fiber-based materials in low volume road projects, contributing to improved roadway construction practices across federal and local transportation agencies. Interested bidders must submit their proposals by March 5, 2025, and can contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is a provision mandating offerors in government contracts to disclose the use of covered telecommunications equipment or services. Under the John S. McCain National Defense Authorization Act for Fiscal Year 2019, sections 889(a)(1)(A) and (B) prohibit federal agencies from procuring or renewing contracts with entities that utilize such equipment as it poses risks to national security. Offerors must complete representations indicating whether they will or will not provide covered telecommunications equipment or services and must disclose relevant details if applicable. The document establishes necessary definitions, procedures for reviewing excluded parties, and the disclosure requirements related to the provision. This requirement is designed to ensure compliance with federal regulations and protect the integrity of government contracts from potential threats associated with certain telecommunications technologies.
    The document outlines a provision regarding "Covered Telecommunications Equipment or Services" that must be included in federal contracts, as stipulated by clause 52.204-25. It establishes definitions for the terms used and mandates that offerors must assess their compliance by reviewing the excluded parties list available on the System for Award Management (SAM). Offerors are required to confirm whether they provide or utilize covered telecommunications equipment or services within their products or services offered to the government. This includes making a representation about their provision or use of such equipment after conducting a reasonable inquiry. The provision seeks to ensure transparency and safeguard government contracts against the risks associated with certain telecommunications services and equipment deemed harmful or non-compliant. Overall, it emphasizes the federal government's commitment to maintaining security and integrity in its contractual agreements.
    The document addresses inquiries related to a federal Request for Proposals (RFP) concerning AASHTO accreditation requirements for laboratory testing. The main query seeks clarification on whether labs without formal AASHTO accreditation can be considered, provided they demonstrate sufficient experience and quality control measures for required tests. The response confirms that while AASHTO R 18 accreditation is preferred for equipment calibration and technician proficiency, alternative evidence of competency and reliability can be submitted if AASHTO accreditation is unavailable. Additionally, it outlines submissions expectations, stating there is no strict page limit for proposals, but clarity and brevity are recommended. Past experience is valued if it meets governmental needs, and only a completed 889 form is required from bidders. These guidelines emphasize the importance of documented qualifications and past performance in the proposal evaluation process, reflecting the competitive nature of government contracting where best value is critical. Overall, this document provides clear instructions for compliance with RFP requirements while allowing some flexibility in demonstrating laboratory qualifications.
    The document is a Request for Quotation (RFQ) from the Eastern Federal Lands Highway Division, specifically seeking bidders for the testing of 1,000 lbs of fiber-reinforced asphalt concrete and an equivalent amount without fiber. The testing aims to analyze various conditions of the mixtures and produce a comprehensive final report demonstrating construction applications using fiber. Responses must be submitted by March 5, 2025, with awards based not solely on the lowest cost but on overall value to the government. Contractors must be registered in the System for Award Management (SAM) to be considered for payment. Invoicing will utilize the new electronic Delphi invoicing system, which requires setup prior to submission. Furthermore, any information technology deliverables must comply with Section 508 standards to ensure accessibility for individuals with disabilities. Overall, this RFQ exemplifies federal procurement procedures while emphasizing the importance of quality, compliance, and adherence to regulatory frameworks in awarding contracts for government-funded projects.
    The document outlines the procedures for compliance with Section 889(a) of the NDAA for Fiscal Year 2019, particularly regarding the prohibition on acquiring certain telecommunications equipment linked to national security. Federal agencies are required to ensure vendors do not provide, or employ, any covered telecommunications gear or services in contracts. The vendor must confirm whether they will or will not supply such equipment and provide necessary representations, which may be submitted via a form or email. Specific prohibitions target telecommunications equipment produced by firms such as Huawei and ZTE, as well as related services. Definitions for key terms like "covered telecommunications equipment," "critical technology," and "interconnection arrangements" are provided to clarify compliance expectations. Additionally, vendors must maintain compliance and report any changes within a year, reinforcing national security through careful screening of service suppliers. The document serves to facilitate federal procurement processes while ensuring adherence to national security standards.
    The statement of work outlines the development of guidance for implementing Fiber Reinforced Asphalt Concrete (FRAC) in Federal Lands Highway (FLH) projects. The focus is on demonstrating the benefits of fiber-based materials for low volume roads through a life cycle cost analysis, utilizing plant-produced samples. Key activities include rigorous testing of asphalt pavements with and without fibers, ensuring quality assurance, and collaboration with the EFL materials laboratory. The analysis will encompass the life cycle of constructed roadways and project impacts across various locations and conditions. The final report, expected to be well-referenced and comprehensive, will include qualitative and quantitative assessments of the FRAC manufacturing process, test results, and practical recommendations. Additional deliverables consist of streamlined construction specifications, technical briefs, and webinars for dissemination of findings. The project emphasizes the importance of data compatibility for future research and sharing through the FHWA infoMaterials portal, aiming to guide both federal and local transportation agencies in effective roadway construction practices.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Synopsis for Mobile Concrete Technology Center (MCTC) Program
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration (FHWA), is announcing its intent to solicit proposals for the Mobile Concrete Technology Center (MCTC) Program, which aims to advance concrete pavement technologies. This procurement is specifically set aside for small businesses under the 8(a) program and will support FHWA's objectives over a 60-month period, utilizing a Firm-Fixed Price and/or Time and Material/Labor Hour contract structure. The MCTC Program is vital for enhancing the quality, safety, and durability of roadways by providing technical support, resources, and training to state agencies and the concrete pavement community. Interested parties should register on the Contract Opportunities website for updates, as the solicitation is expected to be announced electronically in February 2025. For inquiries, contact Marcus Fowler at Marcus.Fowler@dot.gov.
    Research Initiatives in Support of FHWA Next Generation Structural Materials and Systems
    Buyer not available
    Presolicitation TRANSPORTATION, DEPARTMENT OF Federal Highway Administration is seeking research and development services for next generation structural materials and systems. This project aims to advance state-of-the-art solutions for the safety, durability, sustainability, and resilience of the nation's bridges and highway structures. The upcoming Broad Agency Announcement (BAA) will solicit a variety of solutions in areas such as structural steel, structural concrete, geotechnical structures, and bridge hydraulics. The projects will focus on developing next generation technologies and solutions aligned with FHWA's strategic goals and objectives.
    Technical Expertise and Support Services for Design and Traffic Operations; Freight and Transportation Logistics; Intelligent Transportation Systems (ITS); and Transportation Performance Management (TPM)
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking market research responses for potential contracts focused on Technical Expertise and Support Services in areas such as Design and Traffic Operations, Freight and Transportation Logistics, Intelligent Transportation Systems (ITS), and Transportation Performance Management (TPM). The objective is to identify qualified firms capable of providing these services, which are crucial for enhancing transportation efficiency and safety across the nation. Interested entities are encouraged to submit their experience and capabilities by March 4, 2025, with responses sent electronically to the primary contact, Eleanor Nielsen, at eleanor.nielsen@dot.gov, or the secondary contact, Amalia Rodezno, at amalia.rodezno@dot.gov. Participation in this market research will not affect eligibility for future contract awards.
    Sources Sought for Advanced Crash Analysis Technical Support Services
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking qualified contractors for Advanced Crash Analysis Technical Support Services under the Sources Sought Notice (693JJ3-25-SS-0005). The primary objective of this procurement is to identify potential sources capable of providing non-personal technical support services, which include conducting crash simulations, developing finite element models, and analyzing crash data to enhance transportation safety. This initiative is crucial for improving roadway safety and reducing crashes nationwide by studying vehicle and roadside hardware interactions during accidents. Interested firms must submit their responses by February 26, 2025, demonstrating their experience in relevant areas, and can contact Rochelle Infante at Rochelle.Infante@dot.gov or Amalia Rodezno at amalia.rodezno@dot.gov for further information.
    CSI BRIDGE AND SAP2000 MAINTENANCE
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Division, is seeking quotes for the maintenance of CSiBridge and SAP2000 software licenses. This procurement aims to ensure the continued functionality and support of these critical software tools, which are essential for structural analysis and bridge engineering projects. The selected vendor must be an authorized reseller of Computers & Structures, Inc., as the software is uniquely suited for finite element calculations required for Federal Lands projects. Quotations are due by February 24, 2025, and interested vendors should contact Regina P. McDonald at Regina.McDonald@dot.gov or 703-404-6268 for further details.
    Accelerating Market Readiness Program
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for its Accelerating Market Readiness (AMR) Program through a five-year open Broad Agency Announcement (BAA). This initiative aims to advance innovative transportation technologies that address critical gaps in safety, project delivery, infrastructure performance, climate sustainability, equity, and the use of digital twin technology. The program seeks to bridge the gap between research and practical application, encouraging participation from U.S.-based organizations, including small and disadvantaged businesses, with funding awards ranging from $300,000 to $600,000. Interested parties should submit white papers in response to individual calls posted in SAM, and for further inquiries, they can contact Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov.
    OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2), CRGNSA Sign Inventory, Maintenance, and Replacement Project & CRGNSA Sign Project
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the OR FLAP CRGNSA MULT(2) & WA FLAP CRGNSA MULT(2) project, which involves the inventory, maintenance, and replacement of CRGNSA signs. This procurement aims to enhance the safety and visibility of highway signage in the Hood River area of Oregon, which is critical for effective traffic management and public safety. Interested parties can reach out to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details regarding the project. This opportunity falls under the NAICS code 237310, focusing on highway, street, and bridge construction.
    Engineering Assessment of Current and Future Vehicle Technologies
    Buyer not available
    The Department of Transportation, specifically the National Highway Traffic Safety Administration (NHTSA), is seeking proposals for an engineering assessment of current and future vehicle technologies through solicitation 693JJ925R000019. The primary objective is to evaluate Federal Motor Vehicle Safety Standards (FMVSS) to ensure they are aligned with advancements in automotive systems, requiring contractors to provide qualified personnel and resources for comprehensive data collection and analysis. This initiative is crucial for integrating advanced safety technologies into regulatory frameworks, thereby enhancing vehicle safety and compliance with federal standards. Interested parties can contact Christopher Clarke at c.clarke.ctr@dot.gov or 202-366-7274 for further details, with the contract expected to span five years under a Blanket Purchase Agreement (BPA).
    Architect/Engineer Multi-Discipline Indefinite Delivery Indefinite Quantity Contract
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on multi-discipline engineering services. The objective of this procurement is to secure professional services that will support various engineering projects across the United States, emphasizing the importance of comprehensive design and engineering solutions in maintaining and improving transportation infrastructure. Interested firms are encouraged to reach out to Kyle M. Wood at wfl.ae@dot.gov or by phone at 360-619-7520 for further details regarding this opportunity, which is categorized under NAICS code 541330 and PSC code C219.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.