SOLICITATION NOTICE
R -- Combined Synopsis/Solicitation for Legal Support Services for the Federal Railroad Administration’s Railroad Rehabilitation and Improvement Financing (RRIF) Program - Solicitation
- Notice Date
- 4/7/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541110
— Offices of Lawyers
- Contracting Office
- Department of Transportation, Federal Railroad Administration (FRA), Office of Acquisition and Grants Services, Mail Stop 50, West Bldg, 3rd Floor, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTFR5316R00002
- Archive Date
- 5/24/2016
- Point of Contact
- Devona Jackson,
- E-Mail Address
-
devona.jackson@dot.gov
(devona.jackson@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment No. 1 Past Performance Questionnaire DTFR5316R00002 Solicitation This solicitation is issued as an RFP. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and an additional written solicitation will not be issued. This solicitation includes the incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-87. The Federal Railroad Administration intends to award multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, with a base year and four options periods, for legal advice and assistance to the agency for the Railroad Rehabilitation and Improvement Financing (RRIF) loan program, including individual financing applications, existing loans, and drafting and negotiating documents related to direct loans and loan guarantees. The following provisions and clauses apply to the solicitation: The FAR Clause at 52.212-1, Instructions to Offerors-Commercial Items. Each offeror is required to submit their Request for proposal as specified in FAR Provision 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Item; 52.212-4 Contract Terms and Conditions - Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (applicable clauses included in the solicitation) and 5 2.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. Interested vendors are reminded that award can only be made to a contractor who is registered in accordance with FAR 52.204-7. Additionally, in accordance with FAR 12.302, the FAR Clause at 52.212-1 is tailored to include addendum 1 below: The Government anticipates to issue a (1) year multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) with (4) options years requirement. The contracts under this IDIQ will be a hybrid Firm Fixed Price and Time-and-Materials/Labor Hour type contract, with the type of work to be determined upon issuance of a task order. Interested parties capable of providing the specified services shall prepare their proposal in accordance with the attached solicitation and submit to the Contract Specialist, Devona Jackson at devona.jackson@dot.gov. Award will be made on a best value basis. Vendors are encouraged to direct any questions by e-mail to the Contract Specialist, Devona Jackson. No telephone inquiries will be accepted. Questions regarding this combined synopsis/solicitation shall be submitted to the email address above no later than 19 April 2016 at 1:00 PM EDT. Any questions received after this time/date may or may not be answered due to time constraints of this combined synopsis/solicitation. Proposals are due 9 May 2016 at 1:00 PM EDT and should be submitted via email to Devona Jackson at the address above. P artial proposals will not be accepted for this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FRA/OAGS/DTFR5316R00002/listing.html)
- Record
- SN04076788-W 20160409/160407234911-c74d41b9e5bb736ad7d5adaa20f7dc85 (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 |