SOLICITATION NOTICE
B -- Title XI Program Evaluation Support Services - Solicitation Package
- Notice Date
- 8/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- 693JF718R000037
- Archive Date
- 9/27/2018
- Point of Contact
- Judy Bowers, Phone: 2023661913
- E-Mail Address
-
judy.bowers@dot.gov
(judy.bowers@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionnaire Statement of Work Solicitation Solicitation Number: 693JF718R000037 Notice Type: Solicitation Synopsis: RFP - Federal Ship Financing Guarantee Program (Title XI) Program Evaluation Support Services This is a Request for Proposals (RFP) to provide MARAD professional support to conduct an independent and objective evaluation of Title XI program's impact and effectiveness on improving America's merchant marine transportation industry and U.S. shipyards. And in doing so, assess the program's outcomes in carrying out the Agency's statutory responsibilities under Merchant Marine Act of 1936, as amended; as well as other obligations including requirements under the Government Performance and Results Act (GPRA) Modernization Act of 2010 (H.R. 2142), Executive Orders, DOT Orders, and policy and procedures for the administration of Title XI program established in Maritime Administrative Orders. The Contractor shall also analyze maritime industry feedback on Title XI program's outreach to the industry and identify enhancement, if any, which may include but not be limited to previous audit recommendations of DOTIG and Government Accountability Office (GAO). The Contractor shall analyze all industry feedback including the shipbuilding sub-committee of the Marine Transportation Committee National Advisory Council (MTSNAC), and recommend feasible action(s) that MARAD can take to strengthen the program's positive impacts. In addition, the Contractor shall recommend any additional and/or alternative strategies or operational model (or methodology) to assist the program's servicing community with an emphasis on new tax programs to solicit investment for recapitalizing the US-flag fleet and building modern, environmentally clean, competitive vessels. (See attached Statement of Work) The North American Industrial Classification System (NAICS) code for this project is 541690 - Other Management, Scientific, and Technical Consulting Services. The Business Size Standard is $15.0 in average receipts for the last three years. The Government intends to award a Firm-Fixed Price contract. This announcement is a Total Small Business set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. ATTENTION: 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. Maximum line of credit is $750,000 with interest at the prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov/. ATTENTION: DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business 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. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website DOT Short-Term Lending Program. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to trade off non-price factors with price. The following factors shall be used to evaluate offers: •a. Technical Qualifications - Experience with construction projects of similar nature and scope. This will be based on key personnel who has successfully performed at least three (3) construction projects of similar nature and scope within the last three (3) years. •b. Past Performance - Provide three (3) references of the same or similar nature and scope performed within the last three (3) years. •c. Price - The Government will evaluate the reasonableness of the total price in accordance with FAR Part 15.4. The Government will evaluate the offer for award purposes by adding the total price for all options (if applicable) to the total price for the basic requirement. •d. Schedule - Performance work schedule must be submitted. Bidders must be registered with an "active" profile in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation; the SAM website is www.SAM.gov. It is the bidder's responsibility to check www.fbo.gov as often as necessary to view posted changes to this synopsis and/or updates/amendments. Proposals are due on Wednesday, September 12, 2018, at 12:00noon, Eastern Standard Time, via email to: Sr. Contracting Officer: Judy Bowers EM: j udy.bowers@dot.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/693JF718R000037/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN05046969-W 20180822/180820231710-4683204ec86ae048787750fa26f32de8 (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 |