SOLICITATION NOTICE
R -- Build America Bureau Technical Expertise and Support Services for Airport Credit Assistance and Project Delivery Program
- Notice Date
- 9/11/2023 1:42:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- 693JJ3 ACQUISITION AND GRANTS MGT WASHINGTON DC 20590 USA
- ZIP Code
- 20590
- Solicitation Number
- 693JJ323Q000067
- Response Due
- 9/18/2023 7:00:00 AM
- Archive Date
- 10/03/2023
- Point of Contact
- Carolyn Lethert
- E-Mail Address
-
carolyn.lethert@dot.gov
(carolyn.lethert@dot.gov)
- Small Business Set-Aside
- WOSBSS Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15)
- Description
- Updated 9/11/2023 This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with FAR 12.603 and as supplemented with additional information included in this notice. This requirement is for a sole source award to a Woman Owned Small Business (WOSB) in accordance with FAR 19.1506(b).� Accordingly, a proposal is only being requested directly from the selected WOSB. FAR 52.212-1, FAR 52.212-3, FAR 52.212-4, and FAR 52.212-5 apply to this requirement. The Government made the determination to do a sole source WOSB award for this requirement based on the results of sources sought notice number 693JJ323SS0015 for Technical Expertise and Support Services for an Airport Credit Assistance and Project Delivery Program for the Build America Bureau posted on SAM on June 27, 2023.� The sources sought notice closed on July 11 and only received two responses, only one of which was a WOSB under NAICS 541611. Accordingly, the Government decided to proceed with a WOSB sole source award to Jaedicke Consulting of Arlington, MA. The sources sought notice required that interested contractors submit the following information in order for the Government to review their capabilities: What experience do you have with planning, funding, financing, and implementing airport infrastructure projects? What is your experience in developing and implementing customer engagement strategies for airport infrastructure stakeholders? What is your level of expertise with regard to federal airport funding and financing requirements and programs, such as Airport Improvement Grants and the Passenger Facility Charge Program? What experience do you have designing federal programs, policies, processes, and practices related to airport infrastructure financing and project delivery? What is your level of knowledge of statutory and regulatory authorities from the viewpoint of an airport owner, board of directors (or other decision maker), or practitioner? Do your employees or subcontractors have a minimum of twenty years of airport experience, a master�s degree or equivalent in a relevant field of study, excellent oral and written communication and analytical skills, accredited airport executive (A.A.E.) or equivalent credentials, and current knowledge of airport industry trends and challenges and the federal government? In accordance with FAR 5.207(c)(16)(ii) all responsible sources may submit a capability statement that will be considered by FHWA.� A capabilities statement (including statements submitted prior to this updated posting and related to this combined synopsis/solicitation) that does not address the items (a) � (f) included in the sources sought notice and listed above will not be considered to be able to meet the Government�s requirement and will not receive any consideration for this requirement. A description of the requirement is provided below: USDOT seeks to secure comprehensive technical expertise and support services for the Build America Bureau airport credit assistance and project delivery program.� The award will be for expertise and support that enables the Bureau to design and implement an airport credit assistance and airport infrastructure project delivery program. The Contractor must build effective working relationships with stakeholders and customers and review, compare, and synthesize ideas and other information to build recommendations for Bureau leadership. Period of Performance: 12-month base period plus 4 12-month option periods Place of Contract Performance: Contractor�s Facilities
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b0aa7ea7fa9d439c886542f6d3508ef6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06825995-F 20230913/230911230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |