Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2009 FBO #2722
SOURCES SOUGHT

R -- Office of Budget & Policy Technical, Analytical and Program Support Services

Notice Date
5/8/2009
 
Notice Type
Synopsis
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
1200 New Jersey Avenue, SE Washington DC 20590
 
ZIP Code
20590
 
Solicitation Number
DTFT60-09-R-00014
 
Response Due
5/26/2009
 
Archive Date
5/30/2009
 
Point of Contact
GregoryEYoung GregoryEYoung, Contract Specailist, Phone 2023668090, Fax 202/366-3808, - Carlene R Jackson, Contracting Officer, Phone 202-366-0432, Fax 202-366-3808
 
E-Mail Address
Gregory.Young@dot.gov, carlene.jackson@dot.gov
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE OF BUDGET AND POLICY TECHNICAL, ANALYTICAL AND PROGRAM SUPPORT SERVICES This combined sources sought/market survey synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The Department of Transportation, Federal Transit Administration (FTA), on behalf of Federal Transit Administration, Office of Budget and Policy, intends to procure Technical, Analytical and Program Support Services using competitive procedures under the SBA Small Business Program. The capability package for this sources sought/market survey is not expected to be a proposal, but rather specific, detailed information regarding the company’s existing experience in relation to the areas specified in this document. Respondents who simply submit a standard brochure of its company capabilities may not qualify. Only small businesses are to submit capability packages. It is anticipated the NAICS code is 541614 with a size standard of $7.5M will be designated for this procurement, however, interested parties are encouraged to submit a more suitable NAICS Code along with their capability packages. Capability packages must not exceed 15 pages and must be submitted electronically. Questions about this requirement are to be submitted by 14 May 2009 by 3:00 PM. Small businesses are to outline their experiences in providing expertise technical and program support for FTA’s coordination and management of its policy research program. Activities may include, but are not limited to: • developing analytical tools to forecast and analyze economic trends and transit revenues; • analyzing the effects of energy, environmental and social policies on Federal transit program policies and financing; • assessing alternative transit financing mechanisms; evaluating opportunities for public/private partnership provisions of Federal legislation in financing transit construction or in operating and maintaining transit services; • incorporating the latest research on transit infrastructure deterioration; • updating data on transit program costs by service types; • updating various social benefits including congestion reduction, basic mobility, location efficiency, and accessibility for people with disabilities; • identifying the propensity for substitution between public and private investment; • identifying the effects of transit service on land uses; • assessing the impacts of transit services on neighborhood and regional growth and development; • improving efforts to gather, analyze and disseminate transit data in support of timely and informed decision-making; • developing procedures and systems improving the collection and dissemination of information on personal mobility, economic opportunity, environmental justice, and the quality of transit service, conditions, and performance; • undertaking studies and related administrative activities to support FTA programs for the international transfer of transit innovations and marketing of U.S. innovations abroad; • continuing refinement and development of benefit-cost analysis models; • continuing refinement of the relationships of user costs to transit conditions and performance; • developing and validating performance measures to monitor goal attainment; • developing and implementing strategies to obtain customer/partner input in the formulation of goals and indicators (performance measures) and to disseminate the results of strategic management initiatives; • providing analytical and technical support for the development of new legislative proposals and for the dissemination and implementation of legislation; and • conducting research to identify the linkages between agency programs and attainment of performance goals. In the course of supporting the above activities, the Contractor may analyze technical and programmatic issues and provide advice and recommendations to the Government. The Contractor may be required to purchase certain materials and equipment, organize and conduct seminars and workshops, develop training courses and related instrumental materials, and conduct interviews with the public or private sectors. The Contractor may also be required to develop and apply simulation modeling and other mathematical and statistical analysis techniques. All decision-making and program management authority, however, will remain with the Government. *NOTE: In addition, the following questions must be answered and elaborated on as part of the package: (1) Past Performance - Does your firm have the relevant past performance within the last three years (include contract numbers, contract types, dollar value of each procurements, points of contract, and brief description of the work performed)? And (2) Corporate Experience - Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the SOW? If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 26 May 2009 @ 3:00PM EST, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be re-solicited as a fully competitive requirement. An Indefinite Delivery Indefinite Quantity type contract is anticipated. The anticipated period of performance will be One Twelve (12) Month Base Period and Four (4) Twelve Month Option Periods. The place of performance will be within Continental United States (CONUS). Contractor personnel will not require a current clearance. A written Request for Proposal (RFP) will be posted in FedBizOps on a date to be determined. The Government may revise its acquisition strategy and solicitation requirement based upon industry responses. No hard copies of the potential RFP will be issued; all amendments will be posted and must be retrieved from the FedBizOps website. Responses to the potential RFP must be submitted by to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Gregory E. Young, at 202/366-8090, or Gregory.Young@dot.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FTA/FTAHQ/DTFT60-09-R-00014/listing.html)
 
Place of Performance
Address: TBD Washington, D.C., DC
Zip Code: 20590
Country: US
 
Record
SN01812577-F 20090510/090509165619 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.