Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2012 FBO #4011
SPECIAL NOTICE

R -- Programmatic Evaluation, Data Analysis, and Programmatic Support Services

Notice Date
11/15/2012
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
MC-ECSS-13-002
 
Archive Date
11/30/2012
 
Point of Contact
Prattsie Artis, Phone: 2023852466
 
E-Mail Address
Prattsie.Artis@dot.gov
(Prattsie.Artis@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Transportation (USDOT) Federal Motor Carrier Safety Administration (FMCSA), Office of Enforcement is conducting a Request for Information (RFI) in accordance with FAR 19.203 (c) to determine the availability and capability of qualified 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, or Women-Owned Small Business Concerns that are providers of the services of the requirement mentioned below. This notice is for planning purposes only, and does not constitute an Invitation for Bid, a Request for Proposal, Solicitation, Request for Quote, or an indication that the Government will contract for the labor and materials contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a market survey effort for determining the latest availability and information on the commercial status of the small business industry with respect to its capabilities to conduct the planned work. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes only and is not to be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this RFI. Any responses received will not be used as a proposal. All submitted information shall remain with the Government and will not be returned. This RFI is for the Performance Work Statement (PWS) entitled, Programmatic Evaluation, Data Analysis, and Administrative Support Services. The U.S. Department of Transportation (USDOT) Federal Motor Carrier Safety Administration (FMCSA), Office of Enforcement has a requirement for Programmatic Evaluation, Data Analysis, and Programmatic Support Services to support FMCSA's safety programs, including the grant programs administered by the Office of Safety Programs, and the enforcement programs administered by the Office of Enforcement and Compliance. The contractor shall provide all labor, materials, equipment, and facilities, unless otherwise specified, to perform the following work including, but not limited to, creating Excel spreadsheets and PowerPoint graphs for data collection and tracking. The contractor shall be required to pull data, place it into easily-to-use formats, perform professional/academic-quality substantive analysis of the data, and report it to use for use in formal presentation, publications, and making decisions on program direction. The contractor shall be expert in data collection, aggregation, manipulation, and in the conduct professional/academic level analysis of data provided before creating professional reports on the findings. The contractor shall also be responsible for, at a minimum, the -- 1. Conduct of financial and program delivery analysis of grantee performance based upon FMCSA/USDOT data systems and grantee reporting documents; 2. Evaluation of non-grant programmatic performance based on governmental data systems and information from programmatic stakeholders; 3. Conduct of cost-benefit effectiveness analysis of grantee and non-grantee performance; 4. Conduct of expenditure and burn-rate analysis of grants and contracts; determine and report on State and national trends; 5. Reconciliation and tracking of annual grant awards; 6. Development and management of data tools (software, databases, summaries, charts, tables, etc.) or information systems to allow the consolidation and cataloging of medium-to-large datasets and financial reports to support the FMCSA mission and safety activities; 7. Collection of data from primary and secondary data sources, including governmental data systems and publicly available datasets using research methodology consistent with academic and professional studies,; 8. Following academic and professional study standards, prepare formal reports related to motor carrier safety programs for publication within the motor carrier safety industry; 9. Providing support to FMCSA for other issues related to the financial and programmatic management of safety programs; 10. Identifying, collecting and analyzing of commercial vehicle data related to the administration of FMCSA's safety programs (including, but not limited to, data reporting motor carrier crashes, injuries, fatalities, vehicle miles travelled, and other safety data); 11. Assisting in the preparation of Congressional reports on activities and accomplishments; 12. Assisting in the preparation of briefing papers and presentations on safety and grant programs for FMCSA use. Special Qualifications : The contractor shall have expert, demonstrable knowledge in using Oracle-based data systems, relational databases, and SQL to facilitate data analysis. The contractor shall have expert, demonstrable knowledge in the statistical analysis of financial and programmatic data. The contractor shall have expert, demonstrable knowledge in economic principles and concepts used to conduct cost effectiveness evaluations. The contractor shall have expert, demonstrable knowledge in key Microsoft Office Suite programs, specifically including Microsoft Excel and Access, and demonstrable working knowledge in other programs including Microsoft Word, PowerPoint, MapPoint, SharePoint, Internet Explorer, and Visio. The contractor shall have expert, demonstrable knowledge in preparing professional/academic-style reports for internal use and external publication in industry periodicals. The contractor shall have expert, demonstrable knowledge in the developing and maintaining an effective Quality Control Plan (QCP) to ensure services and deliverables are accomplished in a timely manner. RFI responses to this RFI will be deemed separate from, and have no bearing on, any subsequent evaluations of offers submitted in response to any resulting formal Request for Quotation. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is not being solicited. Information considered proprietary, if any, should be identified as such. Responses will be reviewed only by agency personnel and will be held in a confidential manner. Vendors are encouraged to respond if they have the capability and capacity to provide the services. However, be advised that generic capability statements are not sufficient for effective analysis of respondents' capacity and capability to provide the required services. Responses shall directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform while in compliance with FAR 52.219-14 Limitations on Subcontracting. Responses to the RFI should also address the following: Responders shall provide its company business size status, ie. Small business, 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business, or Women-Owned Small Business Concerns. Small business vendors shall describe its company's ability to meet the requirements in accordance with 52.219.14-Limitation on Subcontracting. RFI responses shall be identified with the RFI number; and include the small business vendor's name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. RFI responses shall demonstrate relevant past performance experience, and include a list of at least three contracts for work the same as or similar to the above-stated requirement if completed (or in process) within the last 3 years, each valued over $150,000, for past performance evaluation purposes. Include the contract number/type/value/description/contracting officer and technical points of contact (POCS). The POCS' names, telephone numbers, agencies and e-mail addresses must also be included. That list shall be accompanied by a description of the work in sufficient detail that demonstrates that it is at least of comparable scope to the above-described requirement. Vendors should provide sufficient information to clearly demonstrate their capability to perform the requirement. Responses shall be no more than twenty (20) pages in length. Responses shall not include extraneous marketing materials; Responses shall be submitted via email to the named government point of contact. Responses shall be submitted by the requested time and date set forth in the RFI. All information received in response to this notice that is marked proprietary will be handled accordingly. Please do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. FMCSA makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FMCSA's review of the information received. Telephone calls/questions or inquiries will not be accepted. As previously stated, all submissions received in response to this notice will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/MC-ECSS-13-002/listing.html)
 
Record
SN02931414-W 20121117/121115234705-c55d8f0fe568e72c7beee311a78fe5e3 (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.