SOLICITATION NOTICE
R -- Monitoring and Technical Assistance Contract (MTAC) for the Federal Railroad Administration Grant and Loan Program - Draft SOW
- Notice Date
- 4/12/2013
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-13-R-20012
- Point of Contact
- Robert P. Robinson, Phone: 617-494-3433, Roland Regan, Phone: 617-494-3185
- E-Mail Address
-
Robert.Robinson@dot.gov, roland.regan@dot.gov
(Robert.Robinson@dot.gov, roland.regan@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, intends to issue a solicitation to acquire contractor support for monitoring and technical assistance for the Federal Railroad Administration's (FRA) Grant and Loan Program (http://www.fra.dot.gov/Page/P0021). Contractor support is required to support the efforts of FRA Regional Teams. The solicitation is being competed on a full and open basis with training support being reserved for Service Disabled Veteran Owned Small Businesses (SDVOSB). The Government intends to make multiple awards for both the full and open and the SDVOSB set-aside. A draft copy of the Statement of Work is hereby attached. Support under this solicitation includes: contract and programmatic monitoring support; deliverable review and technical assistance; and training support at the grantee or borrower, and/or programmatic level. Successful offerors will assist in the execution of the program, including producing reports, memoranda, presentations, and training materials in accordance with the contract stipulated operating procedures. The North American Industry Classification System (NAICS) Code is 541330 for this acquisition with a small business size standard of $14.0 million. The estimated release date of the solicitation will be May 3, 2013. Proposals will be due approximately 45 days following the issuance of the solicitation. A pre-proposal webinar will be held on or around May 8, 2013. Specifics regarding the pre-proposal webinar will be provided in the solicitation. The solicitation will be issued on an Indefinite Delivery/Indefinite Quantity basis with the ability to issue both cost plus fixed fee (on a completion or term basis), and firm fixed price task orders. The term of the ordering period of the contract will be five years from date of award. Offerors are advised that FAR 16.301-3(a)(3) requires that a "contractor's accounting system is adequate for determining costs applicable to the contract" before award of a cost type contract. The Contracting Officer (CO) usually relies on the advice of the Defense Contract Audit Agency (DCAA) for that determination. An Offeror without an approved accounting system who submits a proposal does so at its own risk. The sole responsibility rests with the Offeror to perform whatever prepatory work is required so that its accounting system will be approved should 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 "Audit Guidance" and then "Standard Audit Programs", then "Preaward Survey of Prospective Contractor Accounting System." There is also another very helpful document at that web-site. Go to "Publications" then "Information for Contractors. Chapter 2 includes information on accounting systems. The Volpe Center uses electronic commerce to issue Request for Proposals (RFP) and amendments to RFPs. Paper copies of the RFP or amendments will not be available. The solicitation and any documents related to this procurement will be available in electronic format only from the Government-wide Point of Entry at the Federal Business Opportunities website at the following address: https://www.fbo.gov/. Potential offerors desiring to receive electronic notification of the solicitations posting and availability for downloading must register at the FedBizOpps site. Contractors are warned that when they register to receive solicitation amendments and other notices, the responsibility for providing the Government with an accurate and complete e-mail address lies with the contractor. The Government will make no additional efforts to deliver information when the system indicates that transmissions cannot be delivered to the email address provided. No hard copies of the solicitation will be mailed. For questions concerning the acquisition, contact the contracting official in writing by email at roland.regan@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 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 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. The STLP has a variable rate which is connected to the prime rate. The current rate may be accessed on the OSDBU website at http://osdbu.dot.gov/ or call (800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-13-R-20012/listing.html)
- Place of Performance
- Address: Varies on a task order by task order basis, United States
- Record
- SN03035746-W 20130414/130412234715-b0881f4dca46c7d029e89db47f64308c (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 |