Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2009 FBO #2864
SOLICITATION NOTICE

B -- Budget & Policy Technical and Analytical Support

Notice Date
9/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of Transportation, Federal Transit Administration (FTA), Federal Transit Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTFT60-09-R-00014Basic
 
Archive Date
11/24/2009
 
Point of Contact
GregoryEYoung, Phone: 2023668090, Carlene R Jackson, Phone: 202-366-0432
 
E-Mail Address
Gregory.Young@dot.gov, carlene.jackson@dot.gov
(Gregory.Young@dot.gov, carlene.jackson@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1449 - CONTINUATION SHEET SECTION B SPECIAL INSTRUCTIONS 1. The Government contemplates the award of a Hybrid, FAR Part 12 and FAR Part 15 Commercial type contract. The contract will be a Competitive, Small Business, Indefinite Delivery Indefinite Quantity (IDIQ), Labor Hour Type contract. It is the intent of the Government to award a minimum of two (2) up to a maximum of three (3) individual awards. The Government reserves the right to alter the number of awards as necessary. The period of performance shall be a one-year Base Period and four (4) one-year Option Periods. This Solicitation and resulting Contract(s) will be for the acquisition of personnel, supervision, and other items of non-personal services necessary to perform Budget & Policy Analytical Technical Support Services as defined in the Statement of Work (SOW) located at ATTACHMENT #1. 2. Task orders will be issued on a Labor Hour, Fixed Labor Rate basis. The Task Order submission format shall include, as a minimum, CLINS listed in Section B and the estimated number of hours required for Task Order completion. Funding shall be obligated on individual task order(s). The Period of performance for each Task Order shall be determined at the time of award. 3. The Estimated 22,262 labor hours, the envisioned skill mix in Section B and estimated Work Load Data Sheet located at ATTACHMENT # 2 are Government estimates only. These estimates are based upon an Independent Government Cost Estimate (IGCE) of workload and could be used in the preparation of your cost proposal. Offerors may alter the proposed hours in order to mirror its Technical Proposal. For evaluation purposes all Offerors are required to provide the specified labor categories and meet the standards as specified in the SOW. All Offerors will submit a separate and distinct Price Proposal by utilizing Section B, Items 00001 thru 400002. 4. The hours contained in this RFP are Government estimate only. The actual number of Labor Hours for each task will be defined at the time of each Task Order award. Hours awarded in individual task orders may vary from task order to task order and from one awarded contract to the next. 5. Travel and per diem, if authorized under this contract, shall be reimbursed in accordance with Section 6.5 of the SOW and the Government Travel Regulations currently in effect. Current per diem rates are listed at http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC. Travel requirements under this contract shall be met using the most economical form of transportation available. If economy class transportation is not available, the request for payment voucher must be submitted with justification for use of higher class travel indicating dates, times, and fight numbers. All travel shall be scheduled sufficiently in advance to take advantage of offered discount rates, unless otherwise authorized by the Contracting Officer. SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS Line Item Description EST Qty Unit Maximum Price 00001 BASE YEAR: Budget & Policy Analytical Support Services. Period Performance: (01/01/2010 to 12/30/2010) Contractor shall provide services in accordance with the Statement of Work in Section C. All services to be ordered under this contract shall be set forth in individual task orders. Est. NTE Labor Category Unit/ Unit Maximum Labor Price Amount Hrs. Sr. Manager 150 $ $___________ Sr. Functional Specialist 400 $ $___________ Sr. Technical Specialist 400 $ $___________ Sr. Associate 1500 $ $___________ Associate 1500 $ $___________ Project Analyst 1500 $ $___________ Total Labor Price $___________ 00002 BASE YEAR: Other Direct Costs (ODC’s) Period Performance: (01/01/2010 to 12/30/2010) Other Direct Cost (ODC's). ODC's, to include travel and materials, shall be re-imbursed on an actual cost basis. Contractors shall provide for travel in accordance with the Section B. B-4, Section 6. 6.5 of the Governments SOW. Cost for this CLIN shall not exceed $15,000.00 Labor Category Unit/ Unit Maximum Lot Price Amount Travel/Materials 1$15,000.00 $15,000.00 Total Maximum Base Year Price $___________ SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS Line Item Description EST Qty Unit Maximum Price 10001 OPTION YEAR 1: Budget & Policy Analytical Support Services. Period Performance: (01/01/2011 to 12/30/2011) Contractor shall provide services in accordance with the Statement of Work in Section C. All services to be ordered under this contract shall be set forth in individual task orders. Est. NTE Labor Category Unit/ Unit Maximum Labor Price Amount Hr. Sr. Manager 150 $ $___________ Sr. Functional Specialist 320 $ $___________ Sr. Technical Specialist 320 $ $___________ Sr. Associate 1200 $ $___________ Associate 1200 $ $___________ Project Analyst 1200 $ $___________ Total Labor Price $___________ 10002 OPTION YEAR 1: Other Direct Costs (ODC’s) Period Performance: (01/01/2011 to 12/30/2011) Other Direct Cost (ODC's). ODC's, to include travel and materials, shall be re-imbursed on an actual cost basis. Contractors shall provide for travel in accordance with the Section B and Section 6. 6.5 of the Governments SOW. Cost for this CLIN shall not exceed $12,900.00 Labor Category Unit/ Unit Maximum Lot Price Amount Travel/Materials 1$12,900.00 $12,900.00 Total Maximum Base Year Price $___________ SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS Line Item Description EST Qty Unit Maximum Price 20001 OPTION YEAR 2: Budget & Policy Analytical Support Services. Period Performance: (01/01/2012 to 12/30/2012) Contractor shall provide services in accordance with the Statement of Work in Section C. All services to be ordered under this contract shall be set forth in individual task orders. Est. NTE Labor Category Unit/ Unit Maximum Labor Price Amount Hr. Sr. Manager 150 $ $___________ Sr. Functional Specialist 310 $ $___________ Sr. Technical Specialist 310 $ $___________ Sr. Associate 1164 $ $___________ Associate 1164 $ $___________ Project Analyst 1164 $ $___________ Total Labor Price $___________ 20002 OPTION YEAR 2: Other Direct Costs (ODC’s) Period Performance: (01/01/2012 to 12/30/2012) Other Direct Cost (ODC's). ODC's, to include travel and materials, shall be re-imbursed on an actual cost basis. Contractors shall provide for travel in accordance with the Section B and Section 6. 6.5 of the Governments SOW. Cost for this CLIN shall not exceed $13,287.00 Labor Category Unit/ Unit Maximum Lot Price Amount Travel/Materials 1$13,287.00 $13,287.00 Total Maximum Base Year Price $___________ SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS Line ItemDescription EST. Qty Unit Maximum Price 30001 OPTION YEAR 3: Budget & Policy Analytical Support Services. Period Performance: (01/01/2013 to 12/30/2013) Contractor shall provide services in accordance with the Statement of Work in Section C. All services to be ordered under this contract shall be set forth in individual task orders. Est. NTE Labor Category Unit/ Unit Maximum Labor Price Amount Hr. Sr. Manager 150 $ $___________ Sr. Functional Specialist 301 $ $___________ Sr. Technical Specialist 301 $ $___________ Sr. Associate 1129 $ $___________ Associate 1129 $ $___________ Project Analyst 1129 $ $___________ Total Labor Price $___________ 30002 OPTION YEAR 3: Other Direct Costs (ODC’s) Period Performance: (01/01/2013 to 12/30/2013) Other Direct Cost (ODC's). ODC's, to include travel and materials, shall be re-imbursed on an actual cost basis. Contractors shall provide for travel in accordance with the Section B and Section 6. 6.5 of the Governments SOW. Cost for this CLIN shall not exceed $13,686.00 Labor Category Unit/ Unit Maximum Lot Price Amount Travel/Materials 1$13,686.00 $13,687.00 Total Maximum Base Year Price $___________ SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS Line Item /Description EST. Qty Unit Maximum Price 40001 OPTION YEAR 4: Budget & Policy Analytical Support Services. Period Performance: (01/01/2014 to 12/30/2014) Contractor shall provide services in accordance with the Statement of Work in Section C. All services to be ordered under this contract shall be set forth in individual task orders. Est. NTE Labor Category Unit/ Unit Maximum Labor Price Amount Hr. Sr. Manager 150 $ $___________ Sr. Functional Specialist 292 $ $___________ Sr. Technical Specialist 292 $ $___________ Sr. Associate 1095 $ $___________ Associate 1095 $ $___________ Project Analyst 1095 $ $___________ Total Labor Price $___________ 40002 OPTION YEAR 4: Other Direct Costs (ODC’s) Period Performance: (01/01/2014 to 12/30/2014) Other Direct Cost (ODC's). ODC's, to include travel and materials, shall be re-imbursed on an actual cost basis. Contractors shall provide for travel in accordance with the Section B and Section 6. 6.5 of the Governments SOW. Cost for this CLIN shall not exceed $14,097.00 Labor Category Unit/ Unit Maximum Lot Price Amount Travel/Materials 1$14,097.00 $14,097.00 Total Maximum Base Year Price $___________ PACKAGING AND MARKING a.All packing, packaging and mailing of reports or submittals shall be accomplished in the most economical and efficient manner and in accordance with the best commercial practices. b.All information submitted to the Contracting Officer and the Contracting Officer's Technical Representative shall be clearly marked with the name of the organization/contractor, the contract, task order and/or modification number as appropriate and the identification of the submission. c.Additional packaging and marking requirements will be specified, as necessary, in individual task orders issued under this contract. INSPECTION AND ACCEPTANCE INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY ALL CLINS N/A N/A N/A Government (00001 thru 40001) DELIVERY INFORMATION All Contractors shall provide all deliverables in accordance with the specifications (para 6.7) as stated in the Statement of Work (SOW). CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS 00001 thru 40002 ALL U.S Department of Transportation/FTA Associate Administrator for Budget & Policy 1200 New Jersey Ave., S.E. Forth Floor East Washington D.C.20590 FOB: Destination Contract Administration Data 1. CONTRACTING OFFICER The Contracting Officer (CO) has the overall responsibility for this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify or deviate from the contract terms, conditions, and requirements. The CO may delegate certain other responsibilities to the Contracting Officer’s Technical Representative (COTR). The CO is the only individual who can legally commit or obligate the Government or authorize any changes that affect the contract price, delivery schedule, period of performance or other terms and conditions. In accordance with TAR 1252.242-73 (b) Dissemination of Contract Information, the Contracting Officer cannot authorize the COTR or any other representative to sign documents (i.e., contracts, contract modifications, appointments, conflict resolutions, etc.) that require the signature of the Contracting Officer. The Government Contracting Officer and Contracting Specialist for this contract are: Contracting Officer, Carlene R. Jackson 1200 New Jersey Avenue, SE Office of Administration - Office of Procurement Washington DC 20590 Phone 202-366-0432 FAX 202-366-3808 Email: carlene.jackson@dot.gov Sr. Contract Specialist, Gregory E. Young Department of Transportation, Federal Transit Admin. Office of Administration - Office of Procurement 1200 New Jersey Avenue, SE Washington DC 20590 Phone 202-366-8090 FAX 202-366-3808 Email: gregory.young@dot.gov 2. TAR 1252.242-73 CONTRACTING OFFICER’S TECHNICAL REPRESENTATIVE (OCT 1994) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents (i.e., contracts, contract modifications, etc.) that require the signature of the Contracting Officer. 3. COTR ASSIGNMENT TBD is hereby designated as the Contracting Officer’s Technical Representative (COTR) for this contract. The COTR can be reached by telephone at TBD. The COTR has the authority to monitor the technical progress of the services that are required under the contract. This includes visits to the contractor’s place of performance, meetings, and telephone conversations with the contractor’s personnel, inspection, acceptance, or rejection of the contracted items and other duties that may be authorized by the contracting officer. The COTR cannot authorize or order the cessation of contract work nor delete, change, or waive any of the technical requirements or other terms and conditions of the contract. If a change (monetary or otherwise) to the contract is desired, the contractor must submit a written request to the contracting officer for consideration. If appropriate, the change will be effected by a contract modification, after discussions and/or negotiations. Whenever a difference of opinion between the contractor and the COTR occurs, the contracting officer or contract specialist should be contacted immediately for resolution. The contractor should also contact the contracting officer or contract specialist when the COTR cannot be contacted on a technical matter and for assistance on all other matters pertaining to this contract. 4. 1252.242-73 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (OCT 1994) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review and/or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer shall provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the Contractor the notice to proceed. The designation letter shall set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents (i.e., contracts, contract modifications, etc.) that require the signature of the Contracting Officer. SPECIAL CONTRACT REQUIREMENTS 1. DISCLOSURE OF CONFLICTS OF INTEREST AFFECTING AWARD 1.1 It is the Department of Transportation’s (DOT) policy to award contracts to only those offerors whose objectivity is not impaired because of any related past, present, or planned interest, financial or otherwise, in organizations regulated by DOT or in organizations whose interests may be substantially affected by Departmental activities, based on this policy: 1.2 The offeror shall provide a statement in its proposal which describes in a concise manner all past, present or planned organizational, financial, contractual or other interest(s) which do or may result in any real or potential bias on its part in performing its obligations under any contract which may result from this solicitation. The interest(s) described shall include those of the offeror, its affiliates, proposed consultants, proposed subcontractors and key personnel of technical proposal. Key personnel shall include any person owning more than 20% interest in the offeror, and the offeror’s corporate officers, its senior managers and any employee who is responsible for making a decision or taking an action on such contract where the decision or action can have an economic or other impact on the interests of an affected organization or individual. 1.3 The offeror shall describe in detail why it believes, in light of the interest(s) identified in paragraph (1.1) of this section, that performance of the proposed contract can be accomplished in an impartial and objective manner. 1.4 In the absence of any relevant interest identified in paragraph (1.1) of this section, the offeror shall submit in its proposal a statement certifying that to its best knowledge and belief no affiliation exists relevant to possible conflicts of interest. The offeror must obtain the same information from potential subcontractors prior to award of a subcontract. 1.5 The Contracting Officer shall review the statement submitted and may require additional relevant information from the offeror. All such information, and any other relevant information known by the Contracting Officer, will be used to determine whether an award to the offeror may create a conflict of interest. If any such conflict of interest is found to exist, the Contracting Officer may (1) disqualify the offeror, or (2) determine that it is otherwise in the best interest of the United States to contract with the offeror and include appropriate provisions to mitigate or avoid such conflict in the contract award. 1.6 The refusal to provide the disclosure or representation, or any additional information required may result in disqualification of the offeror for award. If nondisclosure or misrepresentation is discovered after award, the resulting contract may be terminated. If, after award, the Contractor discovers a conflict of interest with respect to the contract awarded as a result of this solicitation, which such conflict could not reasonably have been known prior to award, an immediate and full disclosure shall be made in writing to the Contracting Officer. The disclosure shall include a full description of the conflict, a description of the action the contractor has taken, or proposes to take, to avoid or mitigate such conflict. The Contracting Officer may, however, terminate the contract for convenience if he or she deems that termination is in the best interest of the Government. 2. NOTIFICATION OF CONFLICT OF INTEREST REGARDING PERSONNEL 2.1. In addition to the requirements of the contract clause entitled “Organizational Conflicts of Interests,” the following provisions with regard to employee personnel performing under this contract shall apply until the earlier of the following two dates: the termination date of the affected employee(s) or the expiration date of the contract. 2.2. The Contractor agrees to notify immediately the Contracting Officer of (1) any actual or potential personal conflict of interest with regard to any of its employees working on or having access to information regarding this contract, or (2) any such conflicts concerning subcontractor employees or consultants working on or having access to information regarding this contract 2.3. The Contractor agrees to notify the Contracting Officer prior to performance under this contract when that employee may have a personal conflict of interest does not become known until after performance of the contract begins, the Contractor shall immediately notify the Contracting Officer of the personal conflict of interest. The Contractor shall continue performance of this contract until notified by the Contracting Officer of the appropriated action to be taken. 2.4. The Contractor agrees to insert, in any subcontract or consultant agreement placed hereunder, provisions, which shall conform substantially to the language of this clause, including this paragraph (d), unless otherwise authorized by the Contracting Officer. 3. TAR 1252.237-73 - KEY PERSONNEL (APR 2005) (a) The personnel as specified below are considered essential to the work being performed under this contract and may, with the consent of the contracting parties, be changed from time to time during the course of the contract by adding or deleting personnel, as appropriate. (b) Before removing, replacing, or diverting any of the specified individuals, the Contractor shall notify the contracting officer, in writing, before the change becomes effective. The Contractor shall submit information to support the proposed action to enable the contracting officer to evaluate the potential impact of the change on the contract. The Contractor shall not remove or replace personnel under this contract until the Contracting Officer approves the change. (c) The Key Personnel under this Contract are: Please Insert the staff Names Associated with the Labor Categories Below 1.Sr. Manager 2.Sr. Functional Specialist 3.Sr. Technical Specialist 4. ACCEPTANCE OF KEY PERSONNEL SUBSTITUTIONS/REPLACEMENTS In evaluating the justification and proposed substitution(s) of key personnel throughout the period of performance of this contract, the Contracting Officer reserves the right to make an assessment on the technical and/or professional qualifications of the proposed substituting individual(s). The Contracting Officer further reserves the right to disallow the utilization of the proposed substituting individual(s) for performance on the subject contract, when the technical and/or professional qualifications of the proposed individuals are determined, by the Contracting Officer, (1) not to be substantially equivalent to the technical and/or professional qualifications of the key personnel they are to substitute, or (2) not sufficient to reasonably insure successful performance or otherwise endanger project performance, progression, or completion. 5. EXCLUDED FUNCTIONS AND RESPONSIBILITIES (a) Functions and responsibilities directly involved or associated with the management of any FTA Office are expressly excluded from this contract or order issued hereunder. The parties hereby agree that any instructions, directives, or orders issued under this contract involving such management functions and responsibilities shall be null and void. The following activities are representative of the excluded functions and responsibilities that cannot be provided by the contractor under this contract or order issued hereunder: (1)Policy making or management of FTA operations; (2)Program or project management; (3)Technical management of Government contracts; (4)Government purchasing, contracting, contract administration, acceptance of materials and/or performance, and pay and accounting therefore; (5)Direction or supervision of other Government contracts or Government agencies, or otherwise acting as an agent to obligate or commit in any capacity; (6)Clerical and other administrative type functions required to be performed by civil service personnel; and (7)Supervision of Government employees. 6. REPRODUCTION OF REPORTS Federal printing and binding regulations require that printing or reproduction of reports, data, or other written materials produced under contracts or grants which exceed 5,000 production units of any page, or 25,000 production units in the aggregate, must be processed through the U.S. Government Printing Office (GPO). Accordingly, unless otherwise specifically approved in advance by the Contracting Officer, any project report or other written materials produced under an order on this contract that is expected to exceed these limits must be submitted to the COTR in one camera-ready original. The Government will reproduce copies exceeding the above limits. Any use of color in the final report that would result in color printing (black plus one or more colors) must have prior approval of the Contracting Officer. All printing funded by this contract or order hereunder must be done in conformance with Joint Committee on Printing regulations as prescribed in Title 44, U.S.C., and Section 308 of Public Law 101-163, and all applicable Government Printing Office and Department of Transportation regulations. Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements--Commercial Item Acquisition FEB 2007 52.222-54Employment Eligibility Verification JAN 2009 52.226-1 Utilization Of Indian Organizations And Indian-Owned Economic Enterprises JUN 2000 52.232-20 Limitation Of Cost APR 1984 52.242-15 Stop-Work Order AUG 1989 52.246-6 Inspection--Time-And-Material And Labor-Hour MAY 2001 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (A) BASIS FOR AWARD The award will be made based on the best overall (i.e., best value) proposals that are determined to be the most beneficial to the Government, with appropriate consideration given to four (4) evaluation factors on a trade-off basis: (1) Experience, (2) Past Performance, (3) Technical Approach, and (4) Price. All proposals shall be subject to evaluation by a Source Selection Evaluation Board (SSEB). Proposals will be evaluated according to the evaluation criteria stated below. In conducting its evaluation, the Government intends to determine which offer proposes the best value. Accordingly, the Government may award any resulting contract to other than the offer proposing the lowest price or other than the offer achieving the highest rating. In accordance with 52.215-1(f)(4), it is the Government’s intent to award without discussion; therefore it is incumbent upon all offers to submit their best proposal. Award may not necessarily be made to the lowest price(s) offered. To receive consideration for award, a rating of no less than “Acceptable” must be achieved for the Technical Approach Factor. The Government is more concerned with obtaining superior technical features than with making an award at the lowest overall cost to the Government. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve slightly superior technical or management features. No proposal shall be considered for award that fails to reflect the offer’s clear intent to provide the full amount of work described in this solicitation. Relative Importance of Factors. The Experience Factor is slightly more important than the Past Performance Factor. All sub-Factors are equally rated. The Past Performance Factor is slightly more important than the Technical Approach. All sub-Factors are equally rated. The non-Price Factors, when combined, are significantly more important than Price. Price is not an adjectivally rated Factor, however, the Price Factor will become the more dominant factor as technical proposals reach technical equality. In such cases, where all non-priced factors being evaluated are virtually the same, best value may be represented by the lowest-priced proposal. Evaluation Criteria B. EVALUATION FACTORS AND APPROACH All proposals shall be subject to evaluation by a team of Government personnel. •The Source Selection Authority (SSA) may request a Price/Technical Trade-off Analysis be conducted using the best value approach to determine the value of the differences between proposals which may be beneficial to the contract objectives; •The steps outlined below form the foundation of the best value approach for this acquisition-- Identify Discriminators. Identify the significant areas of differences among proposals by comparing their strengths, weaknesses, and risks. These discriminators must be relevant to the requirements of the solicitation; Identify Impacted Areas. Identify the organizations, mission objectives, procedures, or processes that will be impacted, positively or negatively, by these discriminators. This must be consistent with the solicitation and final analysis. Conduct a detailed analysis, showing the differences in technical merit and value to the Government, of each proposal by factoring the positive and negative impact of each proposal’s discriminators. B. FACTORS AND SUB-FACTORS TO BE EVALUATED Each offer will submit a four-volume written proposal. Volume 1 is Experience. Volume 2 is Past Performance. Volume 3 is Technical Approach. Volume 4 is Price. Evaluation factors include the following: Factor 1 – Experience Sub-Factor 1.1 – Technical Experience Sub-Factor 1.2 – Key Personnel (Sub-Factors 1.1, 1.2, are weighted equally). Factor 2 – Past Performance Factor 3 - Technical Approach. Sub-Factor 3.1 – Understanding of Requirement Sub-Factor 3.2 – Program Management (Sub-Factors 3.1, 3.2, are weighted equally) Factor 4 – Price C. EVALUATION FACTORS AND APPROACH All proposals shall be subject to evaluation by a team of Government personnel. 1. FACTOR 1 - EXPERIENCE. i)Sub-Factor 1.1 Technical Experience The offerors will be evaluated on the extent and quality of their own corporate experience that is relevant to the policy analysis support requirements.. FTA will evaluate the extent to which the offeror’s cited experience has been performed within the last 10 years. FTA will evaluate evidence of transportation policy research that has been used by senior public sector executives, e.g., reports to Federal, State, and local legislatures. ii)Sub-Factor 1.2 Key Personnel The evaluation will consider the following in evaluating the experience of the principal investigator and other key personnel. The principal investigator for the prime contractor must have at least 15 years experience as a senior manager for research in transit policy areas. He or she must possess the equivalent of at least a Master of Arts or Master of Science degree in a discipline related to transportation, such as public administration, business, engineering, management, economics, planning, policy sciences, law, or geography. Other key personnel are experienced individuals the offeror proposes as technical leads for potential tasks for this contract. One such individual must be identified for each of the three topic areas; only one technical lead for each topic area. Evaluation factors for key personnel include years of relevant experience, formal training, awards and honors, peer reviewed publications and presentations, and research projects relevant to FTA policy analysis requirements. 2. FACTOR 2 - PAST PERFORMANCE. a.The Past Performance evaluation will assess the relative risks of the offeror’s success in performing the solicitation’s requirements as indicated by that offeror’s record of past performance. Proposals will be evaluated based on the contractor’s relevant past performance record on similar Federal, State, local, and commercial contracts. When assessing performance risk, the Government will focus its inquiry on past performance of the offeror under existing and prior contracts over the past three (3) years as it relates to all solicitation requirements. Quality of performance is defined as the level of past performance provided which will be used as an indicator of the offeror’s likelihood of success. Relevancy is defined as the scope, magnitude, complexity, and similarity of offeror’s past performance as it relates to this acquisition. Offerors that would be eliminated from the competitive range solely based on negative findings in past performance shall be given an opportunity to address such findings. b.The Past Performance will include assessment of: •The contractor’s record of conforming to specifications and to standards of good workmanship; •The contractor’s adherence to contract schedules, including administrative aspects of performance; •The contractor’s history of reasonable and cooperative behavior and commitment to customer satisfaction; •The contractor’s ability to maintain program budgets within a given task order or review assignment. c.Past Performance assessments of the offerors are evaluated by using the Past Performance Questionnaire, located at ATTACHMENT # 3, submitted to other customers of the offeror and by considering information in the Past Performance Information Retrieval System, http://www.ppirs.gov (if available). All offerors MUST provide Past Performance Questionnaires, as a minimum, to receive full credit during the past performance evaluation cycle. The Questionnaire recipients must mirror the Customers submitted under part Vol 1, Part 2 under Instructions to Offerors, Proposal Submission. 3. FACTOR 3 - TECHNICAL APPROACH - The Government assesses the offeror's capability to perform the work under the contract by evaluating the four areas below: i) Sub-factor 3.1 – Understanding of Requirement. Degree that the offeror’s proposal demonstrates an understanding of one potential task listed below for each of the three topic areas in the Statement of Work (SOW): (a) Performance for Federal Programs—Potential Task 14, (b) Transit Industry Analysis—Potential Task 7, and (c) Transit Revenue and Finance—Potential Task 1. For these three potential tasks, FTA will evaluate the offeror’s skill in developing a formal research approach. Areas of focus for the evaluation of this sub-factor include: •evidence of expertise conducting policy analysis work in these three topic areas; •evidence of mastery of the professional disciplines the offeror calls upon to address research problems; and •the ability to anticipate uncertainties and apply formal design principles to address them. ii)Sub-factor 3.2 – Project Management. (a)The offeror’s ability to conduct a formal research design process most appropriate for the specific task, involving design options and design choices. (b)The offeror’s ability to convey the research design process, its strengths and weaknesses, and why it’s a good fit. (c)Degree to which a proposed work plan to carry out the research design is scaled for FTA’s task order requirement (e.g., 120 day deadline, $150,000 budget). (d)Degree to which the plan for organizing, scheduling, reporting, budget, and project control is reasonably transparent for FTA project oversight. (e)Degree to which the principal investigator and team members’ roles and functions are defined and managed to draw upon the appropriate capabilities called for in the SOW. (f)The offeror’s ability to tailor the presentation of findings to the client, e.g., senior Federal executives, as discussed in the SOW. (f) The contractor’s approach to managing subcontractors, if any. 4. FACTOR 4 - PRICE: The Offeror will be evaluated based on completenes, reasonableness and balance. The determination that the total price is fair and reasonable will be based on information submitted with the offeror’s proposal (See Instruction to Offerors), the comparison of other competitive offers, and the Independent Government Cost Estimate (IGCE). i)Reasonableness. An assessment of the Offeror’s estimating methodology to determine whether the proposed prices are reasonable based upon a comparison with the Independent Government Cost Estimate (IGCE)and prices proposed by other Offerors. ii)Completeness. This includes responsiveness in addressing all RFP requirements. The proposal will be reviewed to ensure data provided is sufficient to allow a complete analysis and evaluation of the scope delineated in the Potential Tasks and includes all information required in “Instructions, Conditions and Notices to Offerors.” iii)c. Options. The Government will evaluate offers for award purposes by adding the total for all options to the total for the basic requirement. The Government may determine that an offer is unacceptable if the options are significantly unbalanced. Evaluation of options will not obligate the Government to exercise the option(s). (1)The following definitions apply to the evaluation: 2)Unbalanced Pricing - Unrealistically low or high proposed prices may be grounds for eliminating a proposal from competition either on the basis that the offeror does not understand the requirement or has made an unrealistic proposal. Proposals shall be sufficiently detailed to demonstrate their credibility. The burden of proof for credibility rests with the offeror. 3)Errors in Pricing - Any variance between total prices and unit prices will be corrected on the basis of the unit price provided in Section B. The FTA reserves the right to adjust any and all totals on that basis. The overall price evaluation will be based on corrected total prices. If adjustments are made, the affected offerors will be notified. (C). Rating Procedures: The following adjectival rating scale will be used to assess the offers Non-Priced Factors, Factor 1, Experience, Factor 2, Past Performance, and Factor 3, Technical Approach ADJECTIVE DEFINITION AND CRITERIA ExcellentThe proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes numerous advantageous characteristics of substance, and essentially no disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low GoodThe proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low AcceptableThe proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions are further considered to reflect moderate risk in that they are somewhat clear and precise, partially supported, and demonstrate a general understanding of the requirements. Risk Level: Moderate UnacceptableThe proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous disadvantages of substance, and advantages which, if they exist, are far outweighed by disadvantages. Collectively, the advantages and disadvantages will not result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack any clarity or precision, are unsupported, and do not demonstrate an understanding of the requirement. Risk Level: Very High Adjectival Ratings and Definitions for Factor 3, Past Performance 3. Past Performance Risk Factor Rating Definitions. A rating of Low Risk, Moderate Risk, High Risk or Unknown Risk (as defined below) will be assigned to these Factors. RiskDescription LowLittle doubt exists, based on the Offeror’s experience/performance record, that the Offeror can perform the proposed effort. ModerateSome doubt exists, based on the Offeror’s experience/performance record, that the offeror will successfully perform the proposed effort. HighSignificant doubt exists, based on the Offeror’s experience/performance record, that the offeror can perform the proposed effort. Unknown Risk Little or no relevant experience/performance record identifiable; equates to a neutral rating having no positive or negative evaluation significance. 4. Deficiency. A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. 5. Strength. Any aspect of a proposal when judged against a stated evaluation criterion, enhances the merit of the proposal or increases the probability of successful performance of the contract. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. 6. Significant Strength. A significant strength appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. 7. Weakness. A flaw in the proposal that increases the risk of unsuccessful contract performance. A significant weakness in a proposal is a flaw that appreciably increases the risk of unsuccessful contract performance. 8. Significant Weakness. A flaw that appreciably increases the risk of unsuccessful contract performance. (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2007) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of HUBZone Small Business Set-Aside (Jan 1999) (15 U.S.C. 657a). _X_ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (4) [Removed]. _X__ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-6. ___ (iii) Alternate II (MAR 2004) of 52.219-6. ___ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-7. ___ (iii) Alternate II (MAR 2004) of 52.219-7. _X__ (7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). _ __ (8)(i) 52.219-9, Small Business Subcontracting Plan (SEP 2006) (15 U.S.C. 637(d)(4)). ___ (ii) Alternate I (OCT 2001) of 52.219-9 ___(iii) Alternate II (OCT 2001) of 52.219-9. _X__ (9) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (SEP 2005) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (JUNE 2003) of 52.219-23. ___ (12) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (OCT 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (13) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (U.S.C. 657 f). ___ (15) 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)). ___ (16) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). ___ (17) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). ___ (18) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). ___ (19) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). ___ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). ___ (21) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). ___ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). ___ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). ___ (24)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (AUG 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (AUG 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(c)). ___ (25) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). ___ (26)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (NOV 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). ___ (ii) Alternate I (JAN 2004) of 52.225-3. ___ (iii) Alternate II (JAN 2004) of 52.225-3. ___ (27) 52.225-5, Trade Agreements (NOV 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (28) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). ___ (29) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). ___ (30) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). ___ (31) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (32) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (33) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ___ (34) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). ___ (35) 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332). ___ (36) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ___ (37)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (APR 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ____ (1) 52.222-41, Service Contract Act of 1965, as Amended (JUL 2005) (41 U.S.C. 351, et seq.). ____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (February 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates multiple awards of a minimum of two (2) and a maximum of three (3), Small Business, Competitive, Indefinite Delivery/Indefinite Quantity (IDIQ), Fixed Priced Type contracts with Fixed Labor Rates resulting from this solicitation. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract expiration. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. INSTRUCTIONS TO OFFERORS PROPOSAL SUBMISSION 1. INTRODUCTION. NOTE: TO BE CONSIDERED FOR SELECTION, THE OFFEROR MUST SUBMIT A COMPLETE RESPONSE TO THIS RFP USING THE SEQUENCE AND FORMAT PROVIDED HERE. a. Written proposals shall be submitted in five (5) volumes, as outlined below. Offerors shall attach a cover sheet to the outer cover of each volume, which clearly identifies each volume by volume number, volume name, and copy number (e.g., Volume I, Experience, copy 1 of 4), Request for Proposal (RFP) number, and date of submission. Use tab indexing to identify all sections within a particular proposal volume. Do not include writing on the tab index page other than that required to identify the particular section. For control purposes, the Offeror shall number each copy of a volume. 2. Volumes. The offeror’s proposal shall consist of five (5) volumes. The Volumes are: I – Experience II – Past Performance III – Technical Approach IV - Price V - Solicitation, Offer and Award Document and Certifications/Representations. a. VOLUME I - Experience, all Offerors shall submit one original and three copies (hardcopies), One electronic email copy and one (CD) copy. i Vol I, Part 1 (Experience includes Sub-Factor 1 - Technical Experience) The Technical Experience, as specified in Vol I, Part I, shall not exceed 25 pages in length, be single sided, printed on 8 1/2” X 11” paper and the font size must be 12 pitch. ii Vol I, Part 2 (Key Personnel) Resumes and qualifications of proposed Key Personnel shall be provided. Offerors shall identify to the Government which personnel are designated as Key Personnel. Resumes shall address at a minimum, professional experience, specific experience and reflect the quality of proposed personnel. Resumes are not to exceed three (3) pages per individual. Resumes shall include: Name and title Educational degrees Relevant certifications and professional association memberships Years of work experience Summary of experience relevant to SOW b. VOLUMN II, Past Performance Risk Offerors shall submit descriptions of projects similar in scope, size and complexity performed during the past three years, including references. Sufficient information should be provided to allow the Government to contact the agencies/organizations served and assess the quality of the services provided. If the offeror has no previous contract history, then the offeror may submit any other information supporting the quality, timeliness, business relations, management of key personnel and contractual considerations and customer satisfaction with its contract performance, including a list of its major professional accomplishments and awards, its client references, and a copy of its confidentiality policy. Do not exceed 10 pages in length and single sided. The references shall forward their completed questionnaires to the DOT/FTA Contract Specialist (NOT BACK TO THE OFFEROR). The references shall deliver the questionnaires via e-mail gregory.young@dot.gov by 07 Oct 2009, 2:00 PM EST. Once the questionnaire is completed the information contained therein shall be considered sensitive and SHALL NOT BE RELEASED TO THE OFFEROR. The offeror shall provide confirmation to the Government that the questionnaire was distributed to the contacts listed in their performance risk volume. c.. VOLUMN III (Technical Approach including Sub-Factors Understanding of Requirement and Program Manaagement ) The technical proposal, as specified in Vol I, Part 4, shall not exceed 25 pages in length, be single sided, printed on 8 1/2” X 11” paper and the font size must be 12 pitch. d.. VOLUME IV - Price Proposal, one original and one copy (hardcopies), One electronic email copy and One (CD) shall be submitted. i Vol II, Part 1 (SF 1449) Offerors shall complete and return the completed solicitation, (SF 1449). Ensure completion of representations and certifications. ii Vol II, Part 2 (Price) Price submissions shall be under separate cover (MS excel spreadsheet). The price proposed shall reflect the basic performance period. The price proposal shall be supported by your labor rates at competitive fixed-prices – staffing proposals, number of hours, discounts, and total overall price to the Government. e. Each volume of the written proposal shall also be submitted electronically on optical media (e.g. CD). All media shall be readable on an IBM PC compatible system running Office 2000. All media shall be clearly labeled, and each label shall state the Offeror's name, solicitation number, date of submission, and the proposal volume (name and number). If more than one CD is required for a volume, each shall be labeled as Disk "x" of "y" (e.g. Disk 1 of 2). If there are any discrepancies between the electronic version and the hardcopy version submitted in response to this RFP, the hardcopy version will be considered binding. f. For ease of reference in correspondence and meetings, each Offeror shall use a page numbering system. Consecutive page numbering within tabs is preferred (e.g., Page 4-5 identifies Tab 4, Page 5). Additionally, for document control purposes, all proposal amendments provided after the initial proposal shall be submitted as page changes with each page identified by amendment number or date as well as by page number. g. The Offeror's written proposal shall be prepared on standard 8.5 x 11 inch paper in portrait orientation. The proposal pages shall be numbered, printed on two sides (except where single sides are required), and punched with a 3-hole punch along the left margin. Each page must have a one-inch margin at the top, the bottom, and on each side. Page numbers, notations of proprietary information, and any other identifying information printed on each page are excluded from the margin requirement. Arial or New Times Roman fonts are required. Text font must be no smaller than 12 point but text included on figures and/or matrices may be reduced to 8 point. Offerors may use proportional fonts provided the proposal meets the Government's readability requirement. Should the Offerors require fold-out pages, one fold-out page shall not exceed either 8.5 inches x 22 inches or 17 inches x 11 inches, which when folded in half will be no larger than 8.5 inches x 11 inches. Each fold-out page will count as one page toward the page limitation. h. To aid in evaluation, proposals will be practical, straightforward, specific, concise, and complete. Proposals shall be neat, indexed/cross-indexed and logically assembled. The Experience Proposal Volume shall begin with an executive summary. All pages of each volume shall be appropriately numbered and identified with the date of preparation and the solicitation number. In addition to the specific requirements for each proposed volume, the offeror shall provide whatever other narrative or supporting materials (matrix, charts, or graphics) considered necessary for the Government to fully understand the proposal. Price information shall be included in the separate price volume only. FORMAL COMMUNICATIONS. Formal communications such as requests for clarification and/or information concerning this solicitation shall besubmitted in writing to the Sr. Contract Specialist, Mr. Gregory E. Young via E-mail at Gregory.Young@dot.gov. To ensure the Sr. Contract Specialist has received your correspondence, e-mails should also request the Sr. Contract Specialist to confirm receipt of the message. Offerors are encouraged to submit questions and/or requests for clarifications as early as possible and will not be accepted after 07 Oct 2009, 2:00 PM EST. Questions and answers will be provided to all prospective offerors in writing in the form of an amendment to the solicitation. DELIVERY OF OFFERS The RFP due date is listed in Block 8 of the SF 1449. Offerors shall use one of the following methods for delivering offers: U.S. POSTAL SERVICE CHANNELS: (HIGHLY DISCOURAGED) Offers submitted through the Postal Service channels shall be addressed to The Department of Transportation, Federal Transit Administration, Office of Procurement, 1200 New Jersey Ave., S.E. Washington, D.C. 20590, Rm E42-216, Attn: Mr. Gregory E. Young (Primary) or Ms. Carlene Jackson. Note: Because of tightened security measures, this method of delivery is strongly discouraged. Packages arriving through the U.S. Postal Service channels are screened prior to their receipt at FTA. These actions and other uncertain delays are very probable and are entirely outside the control of FTA. Any package received in FTA through postal channels after the due date will be returned to the offeror in the condition in which it was received at FTA. The contents will not be evaluated nor in any way included in the selection process and will therefore, be ineligible for award. HAND CARRIED OFFERS: HAND CARRIED OFFERORS WILL NOT BE ACCEPTED. EXPRESS MAIL/COMMON CARRIERS: Offers submitted by express mail services (FedEx, UPS, DHL, etc.) shall be submitted to: The Department of Transportation, Federal Transit Administration, Office of Procurement, 1200 New Jersey Ave., S.E. Washington, D.C. 20590, Rm E42-216, ATTN: Mr. Gregory E. Young (Primary) or Ms. Carlene Jackson. NOTE: Delivery of express mail/common carrier services may not be reliable and may arrive one day AFTER the scheduled delivery date. If the offeror intends to use express mail service, it is recommended to have delivery scheduled for one day BEFORE the closing date of 09 NOV 2009, 1500 EST. Verbal responses will not be provided in response to telephone calls from prospective offerors. ATTACHMENT # 1 Descriptions and Specifications Statement of Work (SOW) For Budget & Policy Analysis Technical Support PART 1 GENERAL INFORMATION 1.1Description of Services/Introduction: The contractor shall provide all personnel, supervision as non-personal services necessary to perform Policy Analysis support in three topic areas: (a) Transit Performance for Federal Programs, (b) Transit Industry Analysis, and (c) Transit Revenue and Finance, as defined in this Statement of Work (SOW). The contractor shall perform to the standards in this contract. 1.2Background: The Federal Transit Administration (FTA) provides continuous policy research support for the Congress and the Administration. This support is necessary for the periodic Congressional authorization of FTA programs, the annual appropriations process, special legislation such as economic stimulus programs, and the implementation of Statutes and Administration directives. To assist in this support, the FTA acquires expertise and other policy research capabilities through contracts. 1.3Objectives: The objectives of this contract are to provide readily available support that will produce high-quality, executive-level deliverables. These products will provide analytical insights to assist in policy decision making related to the Federal transit program. To achieve these objectives, FTA will issue Task Orders as needed under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract in three policy areas: (a) Transit Performance for Federal Programs, (b) Transit Industry Analysis, and (c) Transit Revenue and Finance, as defined in this Statement of Work (SOW). 1.4Scope: The scope of this SOW includes tasks to assure the Federal Transit Administration (FTA) can discharge its policy analytical support responsibilities. These types of policy analysis assure FTA of ready capability to provide authoritative and documented answers to questions that arise in the decision-making processes of Congress and the Administration. The specific areas of Policy Analysis in this requirement are (a) Transit Performance for Federal Programs, (b) Transit Industry Analysis, and (c) Transit Revenue and Finance. The specific tasks described above will require resource support as follows: 1.4.1 Expertise in transit industry performance analysis to support policy analysis on the transit performance for Federal programs: 1.4.1.1Experts in data management are required to conduct analyses using databases pertaining to the performance of transit operations, transportation planning agencies, grant management agencies, and transit agency capital management systems. 1.4.1.2Experts in performance measurement are required to develop uniform recurring metrics to monitor the progress of FTA program recipients in achieving Federal program objectives. 1.4.1.3Experts in transit operations, labor issues, planning, economics, engineering, and capital management are required to assure that proposed metrics are valid and can be collected efficiently by Federal program recipients. 1.4.1.4Experts in the mathematical modeling of systems are required to develop and report on the relationships between Federal objectives and performance metrics. 1.4.2 Expertise in analysis of the transit industry to assist FTA analysis of Federal policies affecting the Transit Industry: 1.4.2.1Experts in transit markets to assist FTA policy analysis in the role of transit in different market segments, such as basic mobility, congestion management, and livable communities and commercial centers. 1.4.2.2Experts in transit economics, benefit cost analysis, and the measurement of economic benefits, to analyze transit needs and effects of public policy on transit goals. 1.4.2.3Experts in transit-related engineering to analyze capital asset strategies, condition and needs, infrastructure, and operational needs. 1.4.2.4Experts in transit management to analyze transit deployment strategies, workforce needs, labor practices, and constraints on the use of transit resources to achieve transit goals. 1.4.2.5Experts on trends affecting the costs of transit labor and materials, trends affecting travel demand, and trends affecting transit’s roles. 1.4.3 Experience in transit industry revenue and finance to assist FTA analysis of Federal policies affecting transit’s financial options. 1.4.3.1Experts in bond markets and debt financing to assist FTA analysis in transit borrowing instruments. 1.4.3.2Experts in public finance for transportation infrastructure to assist FTA analysis in financial stability, forecasting, and related public revenue issues. 1.5Period of Performance: The period of performance shall be for one (1) Base Period of Twelve (12) months and Four (4) 12-month Option Periods. The Period of Performance (POP) reads as follows: Base Period01 January 2010 thru 31 December 2010 Option Year I01 January 2011 thru 31 December 2011 Option Year II01 January 2012 thru 31 December 2012 Option Year III01 January 2013 thru 31 December 2013 Option Year IV01 January 2014 thru 31 December 2014 1.6General Information 1.6.1 Recognized Holidays: New Year’s DayLabor Day Martin Luther King Jr.’s BirthdayColumbus Day President’s DayVeteran’s Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.2 Type of Contract: The government anticipates award of a Indifinite Delivery Indefinite Quantity Labor Hour contract with Fixed Loaded Labor Rates.. 1.6.2.1Government Issued ID: The Contractor shall establish and implement methods of making sure all ID Cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The Contractor shall develop procedures covering ID control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued ID’s by personnel who no longer require ID’s. The Contractor shall immediately report any occurrences of lost or duplicate ID’s to the COTR or the Contracting Officer. 1.6.2.2The Contractor shall prohibit the use of Government issued ID’s by any persons other than the Contractor’s employees assigned full-time under the FMO contract. 1.6.3 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer (CO), Contracting Officers Technical Representative (COTR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the CO or COTR will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. PART 2 DEFINITIONS & ACRONYMS Defective Service. A service output that does not meet the standard of performance as defined in the Statement of Work. Contracting Officer’s Technical Representative (COTR): A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor. Federal Transit Administration (FTA) U.S. Department of Transportation Office of the Secretary (OST) U.S. Deparment of Transportation (DOT) Statement of Work (SOW) PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.1General: Except for those items specifically stated to be government furnished in Part 3, the contractor shall furnish everything required to perform this SOW. In fulfillment of this effort, the Contractor will provide the deliverables identified in Technical Exhibit 1 of this SOW. All deliverables will be submitted to the COTR, unless otherwise agreed upon. 4.2Government Furnished Data. All external data used for analysis under this contract are expected to be obtained from publicly available data sources, available from the Federal Transit Administration, the U.S. Department of Transportation, the U.S. Census, the Bureau of Economic Affairs and other U.S. government agencies. PART 5 SPECIFIC TASKS 5.1. BASIC TASKS: The contractor shall be directly responsible for ensuring the accuracy, timeliness and completion of all tasks under this effort. Deliverable due dates shall be identified in individual task orders. 5.1.1 TASK AREA A: TRANSIT PERFORMANCE FOR FTA PROGRAMS Task Area A focuses on FTA's relationship with its funding recipients and the measurement of their performance. This task also anticipates project to assess the impacts of FTA expenditures on transit, on employment (e.g., economic recovery), and transit markets. Data used for analysis under this task would come primary from the National Transit Database and other FTA-managed data resources. Most research under this heading is sponsored by the Office of Performance Management, under FTA’s Office of Budget and Policy. Below are the types of projects that may be requested under this task: Develop a performance measurement framework for measuring the role of transit in providing mobility and access to disadvantaged populations. In addition to assuring compliance with the Americans with Disabilities Act (ADA), providing mobility and access to elderly, disabled, and low income populations is a major FTA mission. FTA needs measures to determine the overall size of this need, to quantify the transit industry’s progress in meeting this need, and to estimate the impact of different levels of transit investment on meeting the need. Develop policy options for improving asset management policies and practices in the Nation's transit systems. Assess the employment effects of transit spending, focusing on indirect job impacts. The assessment will require consulting with a broad range of Government agencies about the usefulness of existing data as well as work in progress to update estimates of direct, construction industry jobs created by highway spending. Compare the economic impacts of transit investments in new construction versus maintenance. Analyze the effects of vehicle traffic and transit passenger congestion on transit system productivity. Analyze the productivity and employment impacts of the transit construction industry. Develop and validate performance measures to monitor goal attainment. Develop new investment/performance analysis tools or refine existing tools to analyze the relationship between transit investments and the conditions and operational performance of transit systems. Develop relationships between transit system characteristics and vehicle operating costs, travel time, delay, and vehicle crashes. Develop procedures to incorporate lifecycle cost analysis into existing transit investment/performance models. Organize and conduct workshops and seminars on analysis of strategic system performance. Refine existing investment/performance tools to consider a broader range of improvement options. Examine the pros and cons of Federal operating assistance in an era that may be different from the 1970s when Federal operating assistance was enacted and the 1990s when Federal operating assistance was last amended. Support the coordination of transit data collection activities within the public sector and in cooperation with the private sector including the development of consistent data collection standards. Develop procedures and systems improving the collection and dissemination of information on fuel, finance, mobility needs, and the quality of transit service, conditions, and performance. Based on historical reductions in governmental programs (e.g., base closings, welfare reform), develop alternative methods for prioritizing FTA program spending. 5.1.2 TASK AREA B: TRANSIT INDUSTRY ANALYSIS (TRANSIT'S ROLE) Task Area B projects support FTA policy office's role to understand and explain to policy makers the transit industry and its economic, social, and land development roles. Projects under this task support the review of legislative activities and the development of new policy directions. Task B includes issues of benefit cost analysis, the economics of transit, and the classes of transit's benefits. Data used under this task would come from both FTA-managed databases (such as the National Transit Database) and from outside data sources, such as the National Household Travel survey. Most research under this task is sponsored by the Office of Policy Review and Development of the Office of Budget and Policy. Below are the types of projects that may be requested under this task: Conduct analysis to support the development of new legislative proposals for the reauthorization of the Nation’s surface transportation and Federal transit programs. Assist FTA staff in developing informational material such as visual aids and brochures on proposed and enacted legislation. Jointly with OST, FHWA, and other DOT offices, FTA would acquire scenario planning services and serve on a DOT-led task force to develop several 5-year and 25-year scenarios. FTA could launch the effort for transit in advance or independently of the other modes. Starting with a calculation of the aggregate revenue impact of lagging transit fares, this is a study of the price setting choices of transit managers and policy boards over the last two decades. Conduct multiple regression analyses and related statistical analyses to calculate the relative weights of factors influencing aggregate transit ridership growth since 1996. Organize and conduct workshops on issues critical to the development of new legislation and to provide information on new legislative requirements. Perform analysis of long-range multi-modal planning and associated legislative, regulatory, budget, and program proposals. Conduct analysis of emerging environmental, social and energy issues such as air quality, alternative fuels, fleet efficiency changes, climate, and community benefits of transit. Organize and conduct seminars and workshops on relationships between transit investment and economic productivity. Analyze the effectiveness of various transit demand management strategies including pricing. Analyze growth management issues including emerging urban development patterns and their implications for transit. Organize and conduct seminars and workshops on emerging energy, environmental, social and transit financing issues. Assess the contribution of various modes of public transit and industrial sector efficiency. This will build upon an existing private model to measure efficiency gained or lost through transportation’s own input usage as well as efficiency gained or lost in other industries due to advances in transit technology. Determine the significance of location with respect to transit to a firm’s productivity in light of radically changed economic geography, urban form, and national economic structure. This activity will require firm interviews as well as econometric analysis. Identify the effects of transit service on land uses. Assess the impacts of institutional/regulatory aspects of transportation system service on regional growth and development. Develop the means to relate highway and transit investments, to estimate the impacts of each, and to analyze the tradeoffs of capital improvements in each mode. Develop or refine benefit/cost or other economic measures used in transit investment/performance models. Identify the parameters that need to be updated on a periodic basis as input to investment/performance models, and develop and furnish the updated values for these parameters. Identify, evaluate, and analyze existing data as well as the emerging data needs for domestic and international transit data. 5.1.3 TASK AREA C: TRANSIT INDUSTRY REVENUE AND FINANCE Task Area C projects support FTA’s understanding of the financial trends and tools and revenue sources available to to the U.S. transit industry.. Topics under this task may include evaluation of the financial condition of transit agencies, fare elasticities, local subsidies, fare policies, bond revenues, public private partnerships, and privatization. Most research under this task would be be sponsored by the financial analysis and private sector program managers in the Office of Budget and Policy. Below are the types of projects that may be requested under this task: 1.Conduct studies on the total indebtedness and overall financial health of the Nation's transit systems. 2.Develop policy options for innovative financing techniques and increased use of public-private partnerships. 3.Conduct research on alternative transit revenue sources, alternative tax structures, and pricing including related equity and efficiency issues. 4.Analyze changes in State and local transit financing, particularly focusing on public/private sector involvement or other emerging trends in transit financing. 5.Develop a methodology for forecasting State and local spending on transit. 6.Analyze impacts of bond financing, toll financing, motor fuel, including alternative fuel and its financing on State and local transit investment. 7.Identify the propensity for substitution between public and private investment. 8.Conduct a survey of potential private sector transit partners to determine the status of their working relationships with FTA and opportunities for improvement. PART 6 OTHER CONTRACT REQUIREMENTS 6.1 ADMINISTRATIVE CONSIDERATIONS 6.1.1 Points of Contact 6.1.2 Contracting Officer’s Technical Representative (COTR) The Contracting Officer’s Technical representative for this effort is as follows: TO BE INSERTED AT TIME OF AWARD 6.1.3 The COTR monitors all technical aspects of the contract and assists in contract administration. The COTR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government specifications.: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies. A memo of designation issued to the COTR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COTR, especially with regard to changes in cost or price and estimates. The COTR is not authorized to change any of the terms and conditions of the resulting contract. 6.1.4 Contract Manager: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 6.2 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 6.3 POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE 6.3.1 Contractor Performance Evaluations Interim and final evaluations of contractor performance will be prepared on this effort in accordance with FAR Subpart 42.1500. A final performance evaluation will be prepared, by the COTR, at the time of completion of work. In addition to the final evaluation, interim evaluations may be prepared, by the COTR, annually to coincide with the anniversary date of this effort. Interim and final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty (30) calendar days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding an evaluation will be referred to an individual one level above the CO, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b. Electronic Access to Contractor Performance Evaluations The U.S. Department of Transportation utilizes the National Institutes of Health (NIH) Contractor Performance System (CPS) to record and maintain interim and final past performance information. Contractors that have Internet capability may access evaluations through a secure Web site for review and comment by completing the registration form that can be obtained at the following URL https://cpscontractor.nih.gov/. The registration process requires the contractor to identify an individual that will serve as a primary contact and who will be authorized access to the evaluation for review and comment. In addition, the contractor will be required to identify a secondary contact who will be responsible for notifying the cognizant contracting official in the event the primary contact is unavailable to process the evaluation within the required 30-day time period. Once the contractor is registered and a performance evaluation has been prepared and is ready for comment, the CPS will send an email to the contractor representative notifying that individual that a performance evaluation is electronically available for review and comment. 6.4 INVOICING The Contractor shall invoice no more frequently than MONTHLY against each separate order. Invoices shall clearly identify hours and rates charged during the period. Travel charges must contain location and dates, and, items must be identified by subject (i.e. meals, rental car, and airfare.) 6.5 TRAVEL The Contractors shall obtain approval from the COTR before incurring any such costs and provide detailed travel expenses in its monthly invoices. Travel and per diem, if authorized under this contract, shall be reimbursed in accordance with the Government Travel Regulations currently in effect. Current per diem rates are listed at http://www.gsa.gov/Portal/gsa/ep/contentView.do?contentId=17943&contentType=GSA_BASIC. Travel requirements under this contract shall be met using the most economical form of transportation available. If economy class transportation is not available, the request for payment voucher must be submitted with justification for use of higher class travel indicating dates, times, and fight numbers. All travel shall be scheduled sufficiently in advance to take advantage of offered discount rates, unless otherwise authorized by the Contracting Officer. 6.6PERSONNEL REQUIREMENTS Contractor will provide personnel consistent with requirements stated in the SOW and the staffing plans in the contractor’s technical proposal. 6.7 DELIVERIES AND/OR PERFORMANCE SCHEDULES The contractor shall deliver all deliverables in accordance with the specification of this SOW. Task Orders issued pursuant to this contract will describe all deliverables, product, quantities, and the delivery dates. The following are general guidelines for submission, subject to formal and written modification at FTA’s discretion for each task order: •As policy analyses for decision-makers, reports are to be written to be read by the most senior officials in the U.S. government, as identified in the individual task order. These may include the Administrator of the Federal Transit Administration, the Chairpersons of Congressional Committees, or the Secretary of Transportation. •To reduce the risk of costly or irreversible misunderstandings, FTA policy research managers organize deliverables in units that make logical sense, are segmented to allow thoughtful COTR review in a two-week interval.. •Task order products will include literature reviews, work plans, interim reports, draft reports, and final reports. •Interim reports, draft reports, and final reports will include two-page executive summaries of key questions, research methods, findings, and unresolved issues. •Monetary data will be presented in constant dollar terms, using the most recently available year of a specified price deflator such as the Implicit Price Deflator for Gross Domestic Product. •One copy of each product, in Microsoft Word and associated software, will be delivered to the FTA Contracting Officer’s Technical Representative in two forms: (a) one hard copy delivered by a means not subject to irradiation (e.g., a commercial delivery service) and (b) one electronic copy transmitted through the Internet. •FTA will require at least two weeks (10 working days) to reveiw any product requiring feedback to the contractor. This will be reflected in contractor work plans. •To ensure timely reviews of products, the contractor must give two weeks notice by e-mail to the COTR that a product needing review is to be delivered on a given date. (Earlier notice, e.g., four weeks, is not acceptable.) ATTACHMENT # 2 Estimated Workload Data The suggested labor categories and estimated labor hours to support this requirement, including all option periods, is as follows. However, the Contractor is encouraged to propose estimated hours consistent with their technical approach for accomplishment of all performance objectives/standards set forth in Part 5.0 of the SOW. Period Performance: (01/01/2010 to 12/31/2014) BASE YEAR: Budget & Policy Analytical Support Services. Period Performance: (01/01/2010 to 12/31/2010) 00001 Estimated Labor Category Hours. Sr. Manager 150 Sr. Functional Specialist 400 Sr. Technical Specialist 400 Sr. Associate 1,500 Associate 1,500 Project Analyst 1,500 10001 OPTION YEAR 1: Budget & Policy Analytical Support Services. Period Performance: (01/01/2011 to 12/31/2011) Estimated Labor Category Hours. Sr. Manager 150 Sr. Functional Specialist 320 Sr. Technical Specialist 320 Sr. Associate 1,200 Associate 1,200 Project Analyst 1,200 20001 OPTION YEAR 2: Budget & Policy Analytical Support Services. Period Performance: (01/01/2012 to 12/31/2012) 10001 Estimated Labor Category Hours. Sr. Manager 150 Sr. Functional Specialist 310 Sr. Technical Specialist 310 Sr. Associate 1,164 Associate 1,164 Project Analyst 1,164 30001 OPTION YEAR 3: Budget & Policy Analytical Support Services. Period Performance: (01/01/2013 to 12/31/2013) Estimated Labor Category Hours. Sr. Manager 150 Sr. Functional Specialist 301 Sr. Technical Specialist 301 Sr. Associate 1,129 Associate 1,129 Project Analyst 1,129 40001 OPTION YEAR 4: Budget & Policy Analytical Support Services. Period Performance: (01/01/2014 to 12/31/2014) Estimated Labor Category Hours. Sr. Manager 150 Sr. Functional Specialist 292 Sr. Technical Specialist 292 Sr. Associate 1,095 Associate 1,095 Project Analyst 1,095 ATTACHMENT # 3 PAST PERFORMANCE QUEATIONNAIRE Please provide your candid responses. The information that you provide will be used in the awarding of federal contracts. Therefore, it is important that your information be as factual, accurate and complete as possible to preclude the need for follow-up by the evaluators. If you do not have knowledge of or experience with the company in question, please forward this Questionnaire to the person who does. Please return the completed Questionnaires by 07 OCT 2009, 2:00 PM EST. Thank you. PART I. (To be completed by the Offeror) A. CONTRACT IDENTIFICATION Contractor/Company Name/Division: Address: Program Identification/Title: Contract Number: Contract Type: Prime Contractor Name (if different from the contractor name cited above): Contract Award Date: Forecasted or Actual Contract Completion Date: Nature of the Contractual Effort/Description of Services or Items Purchased: Total contract value: B. IDENTIFICATION OF OFFEROR’S REPRESENTATIVE Name: Title: Date: Telephone Number: FAX Number: Address: E-mail Address: PART II. EVALUATION (To be completed by Point of Contact – Respondent) •Exceeds Contractual Requirements (Explanation must be provided in Comments field below) •Meets Contractual Requirements •Failed to Meet Contractual Requirements (Explanation must be provided in Comments field below) Comments: •Exceptional (Explanation must be provided in Comments field below) •Satisfactory •Unsatisfactory (Explanation must be provided in Comments field below) Comments: •Exceeds Contractual Requirements (Explanation must be provided in Comments field below) •Meets Contractual Requirements •Failed to Meet Contractual Requirements (Explanation must be provided in Comments field below) Comments:. •Exceptional (Explanation must be provided in Comments field below) •Satisfactory •Unsatisfactory (Explanation must be provided in Comments field below) Comments: •Exceptional (Explanation must be provided in Comments field below) •Satisfactory •Unsatisfactory (Explanation must be provided in Comments field below) Comments: •Extremely Satisfactory (Explanation must be provided in Comments field below) •Satisfactory •Unsatisfactory (Explanation must be provided in Comments field below) Comments: Are you aware of other relevant past efforts by this company? If yes, please provide the name and telephone number of a point of contact: Organization: Name: Title: Date: Telephone Number Address: Fax Number: E-mail Address: PART III. RETURN INFORMATION Please return this completed Questionnaire via e-mail to Gregory E. Young, Sr.Contract Specialist by email: Gregory.Young@dot.gov.. Thank you for your assistance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FTA/FTAHQ/DTFT60-09-R-00014Basic/listing.html)
 
Place of Performance
Address: All sights are within the Continental U.S. and will be determined at time of award of each task order., United States
 
Record
SN01970488-W 20090927/090926000947-b97cb820a91d8eff06b650f3b5580ca6 (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.