SOLICITATION NOTICE
R -- Capital Investment Analysis Support (CIAS)
- Notice Date
- 8/8/2016
- Notice Type
- Presolicitation
- 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
- DTRT5716R20008
- Archive Date
- 9/30/2017
- Point of Contact
- Elizabeth A. Segal, Phone: 617-494-2401
- E-Mail Address
-
elizabeth.segal@dot.gov
(elizabeth.segal@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Transportation (U.S. DOT), Office of the Assistant Secretary for Research and Technology, Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, intends to issue a solicitation for Capital Investment Analysis Support (CIAS) in support of the Federal Aviation Administration (FAA). It is anticipated that some of the work may be performed on-site at FAA Headquarters in Washington, D.C. The solicitation is being competed as a 100% Small Business Set-Aside and is intended for multiple awards. The successful Contractors will provide services in the following task areas: 1. Budget Support; 2. Cost Accounting and Financial Reporting Support; 3. Delphi Financial Management System Support; 4. Financial Analysis Support; 5. Financial Capitalization Support; 6. Reimbursable Agreements Support; 7. Business Process Re-Engineering Support; 8. Corporate Work Plan Support; 9. Information Assurance Support for Financial Systems; 10. Program and Technical Management Support; 11. Systems Engineering Support; 12. Acquisition Support; and 13. Administrative Support. The primary skill requirements for CIAS include cost accounting, financial analysis, project management, system engineering and integration, and database applications support. The North American Industry Classification System (NAICS) Code for this acquisition is 541611 - Administrative Management and General Management Consulting Services, with a small business size standard of $15.0 million. The estimated release date of the solicitation is August 26, 2016. Proposals will be due approximately 60 days following the issuance of the solicitation. The solicitation will be issued on an Indefinite-Delivery/Indefinite-Quantity 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 contracts will be five years from date of award of the contracts. A Pre-Proposal Conference is anticipated to be conducted relative to the solicitation virtually via a Webinar conference. The complete details of the Pre-Proposal Conference Webinar will be detailed in the 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 award unless its accounting system has been reviewed by a Government audit agency and determined to be adequate for determining costs under a cost- reimbursement contract. The sole responsibility rests with the Offeror to perform whatever preparatory work is required so that its accounting system will be approved should the Defense Contract Audit Agency (DCAA) or other Federal agencies be engaged to perform the accounting system 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 Request for Proposals (RFP) and amendments to RFPs. The solicitation and any documents related to this procurement will be available on the Federal Business Opportunities (FBO) website: https://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 e-mail 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 e-mail address provided. For questions regarding the solicitation, contact the Contracting Officer in writing by e-mail at Elizabeth.Segal@dot.gov. ANY INQUIRIES VIA TELEPHONE WILL NOT BE HONORED. All Contractors must be registered in the System for Award Management (SAM) in order to receive an award from a U.S. DOT Agency. Contractors may access the site at https://www.sam.gov/portal/SAM/#1 to review and obtain information about the registration process. Potential Offerors are highly encouraged to complete the Representations and Certifications within SAM and these Representations and Certifications must be completed in order to receive an award from a U.S. DOT Agency. ATTENTION: This notice is for informational purposes for Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (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. The 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://www.dot.gov/osdbu/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/954c9247b88af99ad720497bfa39d0cc)
- Record
- SN04213607-W 20160810/160808235057-954c9247b88af99ad720497bfa39d0cc (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 |