Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SPECIAL NOTICE

C -- Notice of Intent to Sole Source - Executive Strategic Planning Support for HSIPR

Notice Date
9/5/2012
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
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
DTFR53-12-012
 
Archive Date
9/12/2012
 
Point of Contact
Corey L. Scott, Phone: 2024936150
 
E-Mail Address
corey.scott@dot.gov
(corey.scott@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Railroad Administration (FRA) intends to award a sole source task order under the authority of FAR Part 16.505(b)(2)(iii) for Booz Allen Hamilton to provide expert programmatic support for the High Speed Intercity Passenger Rail (HSIPR) program. The contractor is currently involved in several key activities for FRA that are approaching critical milestones. The first is expert support on the procurement of bi-level equipment for the Midwest states and California. The contractor has supported FRA staff extensively in reviewing and commenting on contract documents and evaluating potential Buy America issues. Final proposals were received on August 24, 2012 and a Notice of Intent to Award is expected in mid-Septemeber 2012. Upon the notice, FRA's contractors will help conduct the pre-award Buy America audit within a very tight 3 - 4 week schedule so the Notice of Award can be made in October 2012. The schedule is critical to meet ARRA deadlines. Related to the bi-level procurement is a locomotive procurement. The contractors are providing similar support to ensure a RFP is issued by the end of 2012 in order to meet ARRA deadlines. Procuring new support and using contractors not involved in these efforts to date would delay these procurements and put hundreds of millions of ARRA funding dollars at risk. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 541330. This Notice of Intent is not a request for competitive proposals and no solicitation document exists for this requirement. Parties interested in responding to this notice will need to submit technical data, including cost, sufficient to determine capability. All capability statements recieved by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email ONLY as a MS Word of Adobe PDF attachment to corey.scott@dot.gov by the notice closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FRA/OAGS/DTFR53-12-012/listing.html)
 
Place of Performance
Address: 1200 New Jersey Ave, SE, West Building, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN02869674-W 20120907/120906002730-3ffb42bd668301257574319b021db896 (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.