Department of Transportation

Administrative Management and General Management Consulting Services

Summary: The objective of this Statement of Work (SOW) is to provide to professional Program Management support to US Department of Transportation, Federal Transit Administration’s Office of Transit Safety and Oversight (TSO).

Vehicle: PSS

RFP release date: 9/28/2021

Proposal due date: 10/13/2021

Related Attachments:

Read more

Traffic Signal and Street Lighting Repair Contract Management System Development

Summary: The New York City Department of Transportation (“DOT” or “Department”), Traffic Operations, is seeking proposals from appropriately qualified vendors1 to provide a complete Repair Contract Management Solution for the Traffic Signals and Street Light electrical systems in the City of New York. DOT anticipates that it will award one contract as a result of this Request for Proposal (“RFP”), but reserves the right not to award a contract in the best interests of the City.

Vehicle: IT 70

RFP release date: 9/28/2021

Proposal due date: 10/14/2021

Related Attachments:

Read more

Budget & Program Analyst (Contract Support)

Summary: The U.S Maritime Administration is an agency of the Department of Transportation that promote the use of waterborne transportation and transportation system programs. The Maritime Administration seeks temporary contract support for the Office of Budget. Please review the attached document and provide a proposal package. Instructions Proposal packages shall include Technical qualifications, resumes and pricing according to the RFQ. The package should not exceed 15 pages. Pricing shall include fixed labor rates for each service category needed. The proposals must be submitted in the English language with a font style and size of Times New Roman 12. Offers received in other than English shall be rejected. Evaluation Criteria Evaluation is based on government’s determination of best qualified and best fit after candidate interviews. The government reserves to the right to not interview all candidates and to make a hiring decision without interview, based on qualifications alone after resume review. Contract Administration ALL QUESTIONS regarding this RFQ must be sent via email to nicole.price@dot.gov and lachelle.johnson@dot.gov. Any questions received after 5:00pm 9/20/2021; the Government will make reasonable attempts to answer. The Government may not extend the RFQ due date because of any questions. Responses to all questions submitted will be posted the RFQ.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

Financial Management Analyst (Contractor Support)

Summary: The U.S Maritime Administration is an agency of the Department of Transportation that promote the use of waterborne transportation and transportation system programs. The Maritime Administration seeks temporary contract support for the Office of Budget. Please review the attached document and provide a proposal package. Instructions Proposal packages shall include Technical qualifications, resumes and pricing according to the RFQ. The package should not exceed 15 pages. Pricing shall include fixed labor rates for each service category needed. The proposals must be submitted in the English language with a font style and size of Times New Roman 12. Offers received in other than English shall be rejected. Evaluation Criteria Evaluation is based on government’s determination of best qualified and best fit after candidate interviews. The government reserves to the right to not interview all candidates and to make a hiring decision without interview, based on qualifications alone after resume review. Contract Administration ALL QUESTIONS regarding this RFQ must be sent via email to nicole.price@dot.gov and lachelle.johnson@dot.gov. Any questions received after 5:00pm 9/20/2021; the Government will make reasonable attempts to answer. The Government may not extend the RFQ due date because of any questions. Responses to all questions submitted will be posted the RFQ.

Vehicle: PSS

RFP release date: 9/10/2021

Proposal due date: 9/21/2021

Related Attachments:

Read more

National Transit Database (NTD) Program Support

Summary: SOURCES SOUGHT/MARKET SURVEY NOTICE FOR THE NATIONAL TRANSIT DATABASE PROGRAM SUPPORT The United States (U.S.) Department of Transportation, Federal Transit Administration (FTA) is seeking vendors to assist FTA’s Office of Budget and Policy in supporting the transit industry in fully implementing the National Transit Database (NTD), as further described in the attached draft Statement of Work (SOW). The NTD was created to help meet the needs of individual public transportation systems, all levels of government, and the public for information on which to base public transportation service planning. This Contracting Opportunities (formerly known as Federal Business Opportunities) notice is an announcement seeking market research information concerning businesses that believe they are technically capable of providing the services in the attached SOW. We strongly encourage small businesses to respond concerning their technical capabilities regarding this notice. The technical capability package response for this “Sources Sought/Market Research Survey” is not expected to be a proposal, nor will any award be made, but rather specific, detailed information regarding the company’s existing experience in relation to the contract line item numbers (CLINs) specified in the SOW for information and planning purposes only. The Government will not accept simply a submission of your firm’s standard brochure of capabilities as a response to this Sources Sought/Market Survey Notice. The Government will not be responsible for any cost incurred by interested parties in responding to this request. There are thirteen CLINs described in the attached SOW. If your firm does not have expertise in all thirteen CLINs, please indicate the CLINs in which you have expertise and provide a technical capability statement response. Technical capability statements should be no more than 6 pages and the complete capability package must not exceed 10 pages. The document can be single or double spaced. Ensure you identify the SOW program area(s) for which you are providing a capabilities package. If a vendor has a recommendation based upon experience, please provide it as a brief response to this notice to the Government. The following questions must be answered and elaborated on as part of the technical capability statement response: (1) Past Performance Does your firm have the relevant past performance within the last three years (include contract number, task order number (if applicable), blanket purchase agreement (BPA) number along with call order number, contract type, total dollar value, technical point of contact (POC) with phone number, email address, name of employer, POC’s role, and a brief description of the work performed; (2) Corporate Experience Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work described in the SOW; and (3) Is your firm providing similar services as stated in our SOW under an existing requirement against your General Services Administration (GSA) Schedule Indefinite Delivery, Indefinite Quantity (IDIQ) contract? If so, please briefly describe the contracted services and provide your GSA Schedule IDIQ contract number for which the services are provided against as an order and the Special Item Numbers (SINs) which the relevant work is being performed in relation; (4) For the GSA Schedule IDIQ contract related work which was provided to another federal government entity (ordering agency), please provide which labor categories your firm used for this type of work under a task or call order awarded; (5) Provide a description of services your firm provides similar in program area scope in the SOW under a currently awarded contract in the commercial industry. If your firm has relevant work with another federal government entity that was not awarded as a GSA Schedule buy, please briefly describe it as well. Please provide your company’s name, POC, address, phone number, cage code and your business size under the North American Industry Classification System (NAICS) code along with your capability statement response. If your firm has a specific NAICS code to recommend for each CLIN, please include it in your response to this RFI/Sources Sought notice. Also, when addressing the five questions stated above, please indicate whether your firm performed the work as a prime or subcontractor. If as a subcontractor, please state the prime contractor firm with your question responses. Complete technical capability statement response packages must be submitted electronically to Ms. Shequesha Evans, Contract Specialist at the email address Shequesha.Evans@dot.gov with a copy to Mrs. Stephanie Cooke-Nwadibia, Senior Contracting Officer via email at Stephanie.Cooke-Nwadibia@dot.gov by 1:00 p.m. Eastern Standard Time (EST) on September 3, 2021. Please note that the Government will not be compiling a bidders list for this Sources Sought/Market Research Survey nor posting one. CONTRACT TYPE The Government anticipates awarding a single Small Business Set-Aside, Firm-Fixed Price (FFP) and Labor-Hour hybrid contract concerning this requirement if determined to be competed among small businesses utilizing the Federal Acquisition Regulation (FAR) Part 15: Contracting by Negotiations procedures with posting to Contract Opportunities. If determined to be procured via GSA eBuy, the Government may award a task order utilizing FAR Subpart 8.4 Federal Supply Schedules (FSS) procedures. PERIOD OF PERFORMANCE The anticipated period of performance will be one 13-month base period and two 12-month option periods. PLACE OF PERFORMANCE The contractor shall furnish necessary facilities to undertake the scope of work and perform the services specific in this requirement.

Vehicle: PSS

RFP release date: 8/17/2021

Proposal due date: 9/3/2021

Related Attachments:

Read more

FLARIS-ARBM PROJECT

Summary: The Florida Department of Transportation (FDOT), invites Vendors, to review and respond to this solicitation. It is anticipated that the term of the contract will be effective upon execution of the contract, with the option to renew for an additional one (1) year. Renewals are contingent upon satisfactory performance evaluations by the Department and subject to the availability of funds. Costs for renewal may not be charged. Any renewal or extension must be in writing and is subject to the same terms and conditions set forth in this Contract and any written amendments signed by the parties. FDOT intends to award this contract to the responsive and responsible Vendor whose quote is determined to be the most advantageous to FDOT.

Vehicle: IT 70

RFP release date: 8/10/2021

Proposal due date: 8/17/2021

Related Attachments:

Read more

TAR Support Services for M-61

Summary: The contractor will provide—–for the procurement-policy-division known as “M-61”, located within the U. S. Department of Transportation’s (DOT’s) Office of the Senior Procurement Executive (OSPE) ln DOT’s Office of the Secretary (OST)—–support services relating to DOT’s Transportation Acquisition Regulation (TAR).

Vehicle: PSS

RFP release date: 7/20/2021

Proposal due date: 8/14/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment

Read more

Technical Solution for Transportation Assistance and Response (TechSTAR)

Summary: The United States Department of Transportation (DOT), Federal Highway Administration (FHWA), Office of Information Technology Services requires IT professional services to support Salesforce implementation, governance, Operations and Maintenance (O&M), and additional application development activities for Technical Solutions for Transportation Assistance and Response (TechSTAR). **The due date for Phase II quotations will be established via an amendment to the solicitation after the release of the Phase I advisory notifications.**

Vehicle: IT 70

RFP release date: 7/19/2021

Proposal due date: 8/3/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment
Related Attachment

Read more

Upgrade GradeDec.Net s/w & Incorporate New Accident Prediction Severity Model

Summary: General Objectives: Modernize the underlying GradeDec.Net web technology by updating the GradeDec.Net software interface to provide a user experience consistent with modern websites and applications. Incorporate the Alternative Accident Prediction and Severity Model (Alt APS) developed under previous FRA contract into GradeDec.Net. GradeDec.Net users should be able to select three safety model options: US DOT APS, Alt APS, and the Volpe Center High Speed Rail Model (HSR). Review the model and rerun the statistical estimating procedures with the most current data available in GCIS and the FRA Form 57 (highway-rail grade crossing accident reports) databases and use the updated model coefficients (and provide documentation of the updated statistical runs) when implementing Alt APS model in the revised GradeDec.Net software. Provide virtual GradeDec.Net training workshops to the State Department of Transportation (DOT) in two (2) states. State workshops will include examples of all three safety models and both schemas using crossing selected from within the state. Crossings will be selected to address State DOT’s concern that the current APS does not provide sufficient statistical evidence to select the most cost beneficial investments from very similar crossings. The case studies should clearly demonstrate the advantages of using the Alt APS. Each State workshop will include a detailed example of how queueing algorithm can be used to improve highway traffic management to yield highway user travel time savings. Maintain GradeDec.Net as state-of-the-art software in compliance with FRA security requirements throughout the period of performance. Update the GradeDec.Net User’s Manual and Reference Guide.

Vehicle: IT 70

RFP release date: 7/13/2021

Proposal due date: 7/28/2021

Related Attachments:
Related Attachment
Related Attachment
Related Attachment

Read more

Professional Services for Traffic Signal

Summary: The New York City Department of Transportation (“DOT” or “Department”), Traffic Operations, is seeking proposals from appropriately qualified vendors to provide a complete Repair Contract Management Solution for the Traffic Signals and Street Light electrical systems in the City of New York. DOT anticipates that it will award one contract as a result of this Request for Proposal (“RFP”), but reserves the right not to award a contract in the best interests of the City.

Vehicle: IT 70

RFP release date: 7/12/2021

Proposal due date: 8/31/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com