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: