Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2015 FBO #5124
MODIFICATION

R -- Air Traffic Engineering and Program Support (ATEPS) Small Business Set-Aside (SBSA)

Notice Date
12/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Transportation, Office of the Secretary (OST) Administration Secretariate, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093, United States
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT5715R20015
 
Point of Contact
Robert P. Robinson, Phone: 6174943433
 
E-Mail Address
Robert.Robinson@dot.gov
(Robert.Robinson@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Transportation, Office of the Assistant Secretary for Research and Technology, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, intends to issue a solicitation for services for Air Traffic Engineering and Program Support (ATEPS). This support is being provided to the Federal Aviation Administration's (FAA) Program Management Organization (PMO) for the development and implementation of the Next Generation Air Transportation System (NextGen). The solicitation will be competed as a total small business set-aside (SBSA) to all qualified offerors. The ATEPS SBSA request for proposal (RFP) will consist of two contract line items (CLIN) with a single award to each CLIN. This procurement will be conducted in accordance with FAR Part 15, Contracting by Negotiation and the solicitation will be issued on an Indefinite Delivery/Indefinite Quantity (ID/IQ) basis with the ability to issue firm fixed price, cost-plus-fixed-fee completion, and cost-plus-fixed-fee term task orders. The term of the ordering period of the resulting contracts will be five (5) years from the date of award. A Draft RFP will be issued sometime during the week of September 21st. The Government encourages all interested parties to respond to Draft RFP with questions, comments, and/or suggestions in accordance with the instructions provided in the Draft RFP Executive Summary. This Draft RFP will consist of sections determined necessary to achieve the Government's purposes. The Government will respond to all questions but reserves the right not to incorporate comments and/or suggestions into the Final RFP. A Pre-Solicitation Conference will be held as a webinar on Wednesday, September 30, 2015, at 10:00 AM EDT. The pre-solicitation conference will provide an overview of the Government's technical requirements. All parties interested must register for the pre-solicitation webinar by sending an e-mail, no later than 11:59 PM EDT on Friday, September 25, 2015 to the Contracting Officer (CO): robert.robinson@dot.gov Offerors may also send in questions prior to the pre-solicitation webinar via e-mail to the CO no later than 11:59 PM EDT on September 25, 2015. The Government may provide response(s) to these questions during the webinar. All Questions from Industry and Government Responses will be posted online at the Federal Business Opportunities website prior to the release of the Final RFP. Follow-up questions will not be answered. The following task areas will be procured under the ATEPS SBSA solicitation: CLIN 0100 • Strategic Planning • Management Development and Integration CLIN 0200 • Risk, Issue, and Opportunity Management A complete Statement of Work will be set forth in the final solicitation. The ATEPS contract will be the successor to the Transportation Management Infrastructure Systems contracts (TMIS) Support contracts awarded by the Volpe Center in 2011. The small business size standard associated with the designated North American Industry Classification System (NAICS) code is 541611, Administrative Management and General Management Consulting Services, and the size standard is $15 million. The estimated release date of the final solicitation will be on or about November 30, 2015. Proposals will be due approximately 60 calendar days following the issuance of the solicitation. It is anticipated that a pre-proposal webinar will be held in early December 2015. Complete details of the pre-proposal webinar will be provided in the final solicitation. In accordance with FAR Subpart 16.306 (c), a Prime Contractor is not eligible to receive a cost reimbursement contract or a task order awardunless its accounting system has been reviewed by a Government audit agency and determined the CO toe adequate for determining costs under a cost reimbursement contract. The sole responsibility rests with the Offeror to perform whatever prepatory work is required so that its accounting system will be approved should the Defense Contract Audit Agency (DCAA) be engaged to perform the review. There is considerable information available which outlines the accounting system requirements and audit. The DCAA website http://www.dcaa.mil includes information on the DCAA audit program describing the audit process and it includes helpful references. Go to "Guidance" and "Checklists and Tools" for information on accounting systems. The Volpe Center uses electronic commerce to issue RFP and amendments to RFP. Paper copies will not be made available. The solicitation and any documents related to this procurement will be available on the Federal Business Opportunities (FBO) website: http://www.fbo.gov. Paper copies of these documents are not available and no hard copies will be mailed. The Government will not pay for any documentation provided in response to this synopsis and any documentation received will not be returned to the sender. Prospective Offerors desiring to receive electronic notification of the solicitation posting and availability for downloading must register on the FBO website. Offerors are warned that when they register to receive solicitations, amendments, and other notices, it is their responsibility to provide an accurate and complete email address to the Government. The Government will make no additional effort to deliver information when the system indicates that transmissions cannot be delivered to the email address provided. For questions regarding the final solicitation, contact the CO in writing by email at robert.robinson@dot.gov. ANY INQUIRIES VIA TELEPHONE WILL NOT BE HONORED. All contractors are reminded that all entity records from the Central Contractor Registration (CCR) and Online Representations and Certifications (ORCA) were moved to the System for Acquisition Management (SAM). All contractors must be registered in SAM in order to receive an award from a Department of Transportation (DOT) Agency. Contractors may access the site at https://www.sam.gov/portal/public/SAM/ to review and obtain information about the registration process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of the Representations and Certifications required by the Federal Acquisition Regulations. Potential offerors are highly encouraged to complete the online provisions within the Representations and Certifications at the earliest within SAM and must be completed in order to receive an award from a DOT Agency. This notice is for informational purposes for Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs); The DOT, Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000. The STLP loan has a variable rate which is tied to the Prime Rate published in the Wall Street Journal. For further information, call (800) 532-1169. Internet address: http://osdbu.dot.gov/. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-10-29 13:59:02">Oct 29, 2015 1:59 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-12-02 14:32:58">Dec 02, 2015 2:32 pm Track Changes SPECIAL NOTICE: Due to the number and nature of the questions received on the DRAFT RFP posted 25 September 2015, a SECOND DRAFT RFP with the same controlling number is expected to be posted on or about 4 December 2015 for which interested parties will be invited to submit questions until 11:59PM on December 18, 2015. This SECOND DRAFT RFP will replace the first DRAFT RFP in its entirety. Although the SECOND DRAFT RFP will be issued under the same controlling number DTRT5715R20015, the FINAL RFP, which is anticipated to be released mid-February 2016, will be issued under the controlling number DTRT5716R20005. This notice does not commit the Government to issue a SECOND DRAFT RFP nor does it commit the Government to issue a FINAL RFP; and the date for posting the SECOND DRAFT RFP, timeframe for issuing a FINAL RFP (if any), and/or the timeframe to submit questions for the SECOND DRAFT RFP are subject to change.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f1c21af6d450293009184c47ea109f9d)
 
Record
SN03958760-W 20151204/151202234518-f1c21af6d450293009184c47ea109f9d (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.