SOURCES SOUGHT
R -- Safety Review Requirement - RFI
- Notice Date
- 6/3/2015
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Transportation, Federal Transit Administration (FTA), Federal Transit Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTFT6015R00004
- Point of Contact
- Angela Thomas, Phone: 2023662292, Yolanda Jordan, Phone: 202-366-1073
- E-Mail Address
-
angela.thomas.ctr@dot.gov, yolanda.jordan.ctr@dot.gov
(angela.thomas.ctr@dot.gov, yolanda.jordan.ctr@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This combined sources sought/market survey synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The Department of Transportation (DOT), Federal Transit Administration (FTA), Office of Transit Safety and Oversight (TSO), intends to procure support services for the Safety Review requirement. The capability package for this sources sought/market survey is not expected to be a proposal but rather specific, detailed information regarding the company's existing experience in relation to the areas specified in the SOW. Respondents who simply submit a standard brochure of its company capabilities may not qualify. Questions about this requirement are to be submitted by 3:00 PM EST on Wednesday, June 10, 2015. Capability packages must not exceed 15 pages and must be submitted electronically to Yolanda Jordan, Senior Contract Specialist at yolanda.jordan.ctr@dot.gov and Angela Thomas, Contract Specialist at angela.thomas.ctr@dot.gov by 3:00 PM EST on Wednesday, June 17, 2015. The following questions must be answered and elaborated on as part of the package: (1) Past Performance - Does your firm have the relevant past performance within the last three (3) years (include contract number, contract type, dollar value, point of contact (POC), and a brief description of the work performed)? And (2) Corporate Experience - Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the SOW. Please provide your company's name, POC, address, phone number, cage code and your business size under the above NAICS code along with your capability statement. An Indefinite Delivery Indefinite Quantity type contract is anticipated. The anticipated period of performance will be one (1) twelve (12) month base period and four (4) twelve (12) month option periods. The place of performance will be within the Continental United States (CONUS). No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FTA/FTAHQ/DTFT6015R00004/listing.html)
- Place of Performance
- Address: Various, United States
- Record
- SN03751922-W 20150605/150603235226-13a1c5425eba7f8bb4c6870821ab9a33 (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 |