Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2010 FBO #3318
MODIFICATION

R -- SYNOPSIS SOLICITATION DTFT60-10-R-00009 - Solicitation 1

Notice Date
12/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
DTFT60-10-R-00009
 
Response Due
1/31/2011 2:00:00 PM
 
Archive Date
2/15/2011
 
Point of Contact
GregoryEYoung, Phone: 2023668090, Camille F. Manuel, Phone: 2023661146
 
E-Mail Address
Gregory.Young@dot.gov, Camille.Manuel.ctr@dot.gov
(Gregory.Young@dot.gov, Camille.Manuel.ctr@dot.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
RFP DTFT60-10-R-00009 Pages 3 thru 60 RFP DTFT60-10-R-00009 Page 2 RFP DTFT60-10-R-00009 Page 1 COMBINED SYNOPSIS/SOLICITATION OFFICE OF POLICY REVIEW AND DEVELOPMENT (TBP-60) TECHNICAL, ANALYTICAL AND PROGRAM SUPPORT SERVICES The Department of Transportation, Federal Transit Administration (FTA), on behalf of Office of Program Management (TPM1), intends to procure State Management Review Support Services using competitive procedures under Small Business Administration 8(a) Small Business Program. The contractor shall provide all personnel, supervision for non-personal services necessary to perform State Management Reviews and assessments including: (1) State Management Review Toolbox; (2) State Management, Tribal Transit and ARRA Review Reports; (3) SMR Program Reports; (4) State Management Review Workshops and State Programs Meeting; (5) Oversight Program Support and Specials Assignments and annually (12) monthly Progress Reports. This is a competitive 100% 8(a) Set-aside acquisition under the SBA's Small Businesses 8(a) Program. The designated NAICS code is 541611 with a size standard of $7M. Interested parties are encouraged to submit a more suitable NAICS Code before or during the Questions and Answer period. Formal questions or inquiries about this requirement are to be submitted NLT 04 January 2011. The scope of this SOW includes tasks to assure the Federal Transit Administration (FTA) can discharge its State Management Review support responsibilities. These types of State Management Reviews assure FTA of the capability to provide authoritative and documented answers to questions that arise in the decision-making processes of Congress and the Administration within the specific areas of, (1) State Management Review Toolbox; (2) State Management, Tribal Transit and ARRA Review Reports; (3) SMR Program Reports; (4) State Management Review Workshops and State Programs Meeting; (5) Oversight Program Support and Specials Assignments and annually (12) monthly Progress Reports. It is the Government's intent to utilize multiple award procedures in awarding a minimum of two (2) and a maximum of three (3) support service contracts. However, the Government reserves the right to revise its acquisition strategy and solicitation requirements based upon industry responses. Hybrid Indefinite Delivery Indefinite Quantity (IDIQ), Fixed Price type contract(s) with Fixed Priced CLINs and Fixed Labor Rates is anticipated. The contract duration period will be One (1) Three Year Base Period and Plus Two (2) Twelve Month Option Periods beginning on or about 01 April 2011. The place of performance will be within Continental United States (CONUS). Contractor personnel will not require a current clearance. A written Request for Proposal (RFP), DTFT60-10-R-00009, is posted in FedBizOps as an attachment to this Synopsis. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from the FedBizOps website. Responses to this RFP must be submitted in accordance with Section L to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their requirements packages. POC is Camille Manuel at 202/366-1146, Camille.manuel.ctr@dot.gov and Gregory E. Young at 202/366-8090, Gregory.Young@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FTA/FTAHQ/DTFT60-10-R-00009 /listing.html)
 
Place of Performance
Address: Various locations through out the Continental US., United States
 
Record
SN02350153-W 20101225/101223233748-73871e3da2c02c971124b8817da09a4b (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.