DOT

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

Volpe PRISM Licenses, Support and Maintenance

Summary: Please provide a quote in accordance with the selected GSA MAS Categories 54151, 5415S and 511210 and the attached specifications. This requirement is being conducted in accordance with FAR Part 13, Simplified Acquisition Procedures (SAP). 1. Quotes shall be submitted via GSA E-Buy. 2. An award will be made to the offeror whose offer is considered to be the best value to the Government based on price. 3. The resulting delivery order award will be issued on a firm fixed price basis. 4. Any quote submitted shall be valid for a minimum of thirty (30) days from the date of submission. 5. Quotes are due by 7:00 PM, EST. on Wednesday, September 28, 2021. 6. Please complete, sign and date the attached Provision FAR 52.204-24 and return with your quote. Please direct all questions regarding this Request For Quote directly to the contracting officer identified below. Thank you, Darcy Hubbard Contracting Officer U.S. DOT/Volpe Center, V222 Cambridge, MA 02142 Tel: 617.494.3816 Email: Darcy.Hubbard@dot.gov

Vehicle: IT 70

RFP release date: 9/27/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

Diversity and Inclusion Training

Summary: The purpose of this RFQ is for the delivery of semi-customized off-the-shelf training sessions in Diversity, Equity, Inclusion, and Accessibility for a cohort of Leadership and non-Leadership staff at the Federal Highway Administration (FHWA), and a Level II and III evaluation. The course length is 4 days and it shall be delivered virtually and made fully accessible. Tentatively, the first 3 days will be a blended session of all participants with the fourth day being reserved for leadership focused session. Please see the attached RFQ and Statement of Work for more information. All questions and quotes must be sent to Koren.wheeler@dot.gov and HCFA-31SRI@dot.gov Questions are due 12:00PM (noon) Eastern Time, 9/17/2021. Quotations are due 12:00PM (noon) Eastern Time, 9/21/2021.

Vehicle: PSS

RFP release date: 9/16/2021

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

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

GLS ACQUISITION SUPPORT SERVICES

Summary: GENERAL DESCRIPTION The contractor shall perform the effort required by this Task Order on a Time and Materials basis. This work shall be performed in accordance with all sections of this Task Order and the offerors’ BPA awarded under Schedule MAS SIN 541611-Acquisition Management Services PURPOSE The purpose of this BPA Task Order is to obtain acquisition support services to provide a total of one-to-two (1-2) senior procurement analyst to perform a wide range of professional acquisition and contract support related services for the Office of Acquisition, GLS as stated in the Statement of Work. SCOPE The scope of this requirement is to provide acquisition support services to the Financial Management, Contracting and Supply Division which is responsible for the conduct of the GLS’ acquisition programs (both contracts, simplified acquisitions and financial assistance). Acquisitions are processed under both negotiated, Simplified Acquisition Procedures, and sealed bidding procedures. The procurement office utilizes a wide variety of complex fixed priced and cost-reimbursement type contract instruments. Most procurements involve engineering, facility management, construction and architect and engineering type efforts. GLS executes its acquisitions in compliance with the Federal Acquisition Regulation (FAR), and DOT’s Transportation Acquisition Regulations (TAR) and Transportation Acquisition Manual (TAM). Independently, and not as an agent/representative of the Government, the contractor shall furnish the necessary personnel to perform the tasks outlined below and work in collaboration with GLS contracting and program staff on an as needed basis. Evaluation Criteria Award will be made upon the basis of best value, utilizing trade-offs of non-price factors and price. The TO will be awarded to the Vendor whose quotation represents the overall best value to the Government. The non-price factors are listed in descending order of importance and when combined are equally important to price. Past Experience: The Government will evaluate the extent to which the Contractor’s previous experience with projects of a similar size, scope and complexity demonstrate its capability to successfully perform the requirements of this task order. o Corporate Experience Sample 1 Submission Instructions: The contractor shall submit a detailed descriptive listing of no more than three (3) projects performed within the past five (5) years that are similar in nature to the one described in this solicitation. “Similar” is defined as projects comparable in terms of such factors as duration, dollar value, types of services performed or level of Contractor responsibility and authority. The detailed description submitted for each project shall include, at a minimum, the following information: i. Contract number ii. Estimated annual dollar value of contract iii. Description of services (including location) provided and the offeror’s level of responsibility and authority on the project. iv. (If applicable) List of subcontracted services and subcontractors used, along with estimated annual cost of each subcontracted service. v. Type of contract (e.g. cost reimbursable, incentive fee, award fee, time and materials, fixed price, etc.). vi. Date of contract start and completion, including options. vii. Name, title, address, phone number, and email of customer contact. It is incumbent on the offeror to ensure the customer information is current and accurate. Technical Capability: The offeror’s quote will be evaluated on the extent to which its approaches and plans to complete the work demonstrate that the Government’s requirements will be met. The Government will also evaluate how the offeror plans to assess difficulties and risks it may encounter, and how the offeror plans to deal with them while still successfully performing the work. o The offering contractor shall provide information to facilitate the Government’s consideration. The Government is most interested in substantive and meaningful discussion of how the offering contractor will approach the work requested. The Government is also interested in the offering contractor’s assessment of the difficulties and risks it may encounter, and its approach to dealing with them while still successfully performing the work. Personnel Experience: This Factor considers the Key Personnel proposed by the quoter; consideration will be given to the demonstrated experience and qualifications of the proposed Key Personnel on relevant projects of similar nature to the project in this solicitation. Proposed Key Personnel will be evaluated as to qualifications and experience in all areas necessary to effectively perform the required work. It is expected that the proposed key Personnel will be the individuals who perform work under this contract. Any changes to the proposed Key Personnel after award MUST be approved by the Contracting Officer and shall only be approved upon demonstration of as-good or better qualifications when the new individual is compared to the qualifications and experience of the original proposed individual. Key Personnel, and the requisite minimum qualifications and experience, for this project shall include the following: Senior Procurement Analyst-minimum 12 years’ experience and previous FAC level III certification. o Personnel Experience: For this evaluation factor, the contractor shall provide the names and qualifications of the Key Personnel proposed for this project in the form of resumes. Resumes for each individual must include educational qualifications, if applicable. The contractor must clearly present the separate credentials of each proposed key team member, and must provide a concise summary of each individual’s separate duties and responsibilities as proposed for this project. The contractor shall describe up to three (3) project examples demonstrating the experience of each individual designated as key personnel. Projects should be relevant examples of similar size, scope, and complexity. Additional information regarding Tasks, Deliverables and Evaluation Criteria can be found in GLS Acquisition Support Services-RFQ Final that is provided as an attachment along with the Statement of Work and Sample Non-Disclosure Statement.

Vehicle: PSS

RFP release date: 8/19/2021

Proposal due date: 9/3/2021

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

Land Use and Economic Development Oversight

Summary: INSTRUCTIONS TO QUOTING OFFERORS 1. Quote Submission: Offerors will be tasked with providing a technical, past performance and price quote for the period of performance of one (1) 12-month base period and (4) one-year option periods. Contractors are requested to submit prices to provide the services outlined in the Statement of Work (SOW). The price extended to the Government shall be based on the prices negotiated under the contractor’s current General Services Administration (GSA) Multiple Award Schedule (MAS) Contract under Professional Services Category subcategory Business Administration Special Item Number (SIN) 541611 and shall consider the mix of labor categories and level of effort required to perform the services described in the SOW. *Note: Additional discounts concerning your firm’s price proposal to the ordering agency is greatly encouraged and welcomed. The prices proposed should also include any travel costs or Other Direct Costs (ODCs) charges related to performance of the services ordered, unless the order provides for reimbursement of travel costs at the rates provided in the federal travel or joint travel regulations. 2. Instructions for quote preparation: The offeror’s proposal must be submitted electronically via email only by the due date of 1:00PM Eastern Standard Time (EST) on Tuesday, September 14, 2021 to Ms. Alveatta Palmer, Contract Specialist at alveatta.palmer.ctr@dot.gov with a copy to Mrs. Stephanie Cooke-Nwadibia, Senior Contracting Officer, via email atstephanie.cooke-nwadibia@dot.gov. You can submit your firm’s proposal also through GSA eBuy as a backup method. The technical, past performance and price proposal volumes must be separate electronic files. *NOTE: For this requirement, your company’s quote must be sent electronically only to the email addresses listed above. Hand carried or mailed proposals WILL NOT be accepted by the Government in response to the RFQ. Thus, please ensure that your company allows adequate time to submit a quote response by the due date and time via email. 3. Questions: Questions regarding this RFQ must be submitted electronically by 1:00PM Eastern Standard Time (EST) on Tuesday, August 24, 2021to allow for research and dissemination of the answers. Please send your written questions for response to the assigned Contract Specialist, Ms. Alveatta Palmer via email at alveatta.palmer.ctr@dot.gov and the Senior Contracting Officer, Mrs. Stephanie Cooke-Nwadibia via email at stephanie.cooke-nwadibia@dot.gov. *Note: The Government will not provide verbal nor written responses to telephone calls from the prospective offeror prior to an email message sent to the respective parties previously mentioned. The offeror’s quote response must be received by 1:00PM (EST) Eastern Standard Time (EST) on Tuesday, September 14, 2021. The quote response must be submitted with the Standard Form (SF) -18 form signed which we provided with this solicitation concerning the respective blocks noted on the form signed by an authorized individual from your company, or as otherwise specified in the RFQ. Additionally, the Offeror must fill out (Attachment 0001) Loaded Rate Matrix and (Attachment 0002) Resume Template (Attachment 0003) Past Performance Questionnaire. As a minimum, the quote must show the following in the cover page: Submission requirements: A. RFQ Title and number B. Tax Identification Number C. Data Universal Numbering System (DUNS) Number D. Name of persons having authority to enter into Government contracts E. Contact Names F. Contact Email Address G. Contact Phone H. Contact Fax Number I. Complete Business Mailing Address 4. Electronic Submission of Quote By submission of a quote electronically, the offeror must ensure that the submission is readable, in the format specified in the solicitation, and has been verified as free of computer viruses. Prior to any evaluation, the Government will check all files for viruses and ensure that all information is readable. In the event that any files are defective (unreadable), the Government may only evaluate the readable electronic files. Further, if defective (unreadable) electronic files renders a significant deficiency in the offeror’s quote, the Government may consider the quote incomplete and not consider such a quote for further evaluation. 5. Restriction of Disclosure/Proprietary Information – If the offeror wishes to restrict the disclosure or use of its quote, use the legend permitted by the Federal Acquisition Regulation (FAR) 52.215-1(e). Individual subcontractor/vendor proprietary information may be submitted via separate marked electronic files. The information contained in these electronic files must be referenced (by volume title, page and section number as appropriate) within the main proposal where the information would have been included if it were not subcontractor/vendor proprietary. The information in these separate electronic files is subject to all other requirements of the RFQ and must be well-marked to clearly indicate any special handling instructions. 6. Cross Referencing – Each volume, other than the Volume III Price, shall be written to the greatest extent possible on a stand-alone basis so that its content may be evaluated with a minimum of cross-referencing to other volumes of the proposal. Cross-referencing within a proposal volume is permitted where its use would conserve space without impairing clarity. Hyper linking of cross-references is permissible. Information required for proposal evaluation, which is not found in its designated volume or cross-referenced, is assumed omitted from the proposal. *Note: FACSIMILE PROPOSALS WILL NOT BE ACCEPTED BY THE GOVERNMENT.

Vehicle: PSS

RFP release date: 8/16/2021

Proposal due date: 9/14/2021

Related Attachments:

Read more

DOT IPv6 Initiative consulting support

Summary: DOT OCIO is beginning work on the IPv6 upgrades. The attached statement of work outlines the initial work to be done. This is an RFI to gather pricing in order to build a procurement package for submission to the contracting officer. If the software to be used is able to be priced, please include.

Vehicle: IT 70

RFP release date: 7/28/2021

Proposal due date: 8/2/2021

Related Attachments:
Related Attachment

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
PHP Code Snippets Powered By : XYZScripts.com