Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2007 FBO #2001
SOLICITATION NOTICE

R -- Data Analysis and Technical Support for the Bureau of Transportation Statistics

Notice Date
5/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTOS59-07-R-00014
 
Response Due
7/6/2007
 
Archive Date
4/30/2008
 
Small Business Set-Aside
8a Competitive
 
Description
This notice is NOT a Solicitation. (It is anticipated that a Solicitation for this procurement will be published separately HEREAFTER in this same FedBizOpps website.) As of the date of the posting of this notice to FedBizOpps, the U. S. Small Business Administration (SBA) had not yet issued, to the U. S. Department of Transportation (DOT), an Acceptance Letter for this procurement. Accordingly, all of the statements made in the remainder of this notice are being made SUBJECT TO the issuance of an Acceptance Letter, by SBA, for this procurement. Subject to SBA?s anticipated issuance of an Acceptance Letter, this will be a competitive 8(a) set-aside procurement. Subject to SBA?s anticipated issuance of an Acceptance Letter, the National Industrial Classification System (NAICS) code for this procurement will be 541611 (?Administrative Management and General Management Consulting Services?), which has a size-standard of $6,500,000. It is anticipated that the Solicitation will reserve DOT?s right to award one, or more than one, 8(a) contract from this procurement. Each contract awarded from this procurement will be an Indefinite Delivery / Indefinite Quantity (IDIQ) task order contract, which will have a Period of Performance of five years, with no option years. It is anticipated that that each contract will reserve DOT?s right to award any particular Task Order as a fixed-price task order or as a cost-plus-fixed-fee task order or as a time-and-materials task order or as a labor-hour task order. In other words, it is envisioned that each contract will be a HYBRID contract. The INCUMBENT 8(a) contractor is MacroSys Research and Technology, located at Suite 312, 888 17th Street, N. W., Washington, D. C. 20006-3324. The incumbent contractor is eligible to compete under the procurement here synopsized. The INCUMBENT 8(a) contractor?s points of contact are: Mr. Charles Han, at e-mail address Charlie.han@dot.gov, and Mr. Vincent Fang, at e-mail address Vincent.fang@macrosysrt.com . The identifying number of MacroSys? incumbent contract (a Task Order contract) is DTTS59-02-D-00463. The value of the Task Orders that have been issued thus far under that INCUMBENT contract has been approximately fifteen million dollars to twenty million dollars. That INCUMBENT contract?s Period of Performance is CURRENTLY scheduled to end on August 28, 2007, but there is a POSSIBILITY that DOT MAY hereafter need to extend that incumbent contract for a few months beyond August 28th , especially if this NEW procurement does not produce a new contract by August 28th. Notwithstanding the existence of the incumbent 8(a) contractor, DOT does emphatically want 8(a) COMPETITION under the procurement here synopsized. Under the NEW contract resulting from the procurement here synopsized, it is anticipated that the contractor or contractors will provide, to the Bureau of Transportation Statistics (BTS) within DOT?s Research and Innovative Technology Administration (RITA), support services and assistance for developing data and analyses and related reports, including other information that will assist BTS in its overall mission to obtain and objectively interpret and manage transportation data. That includes development and maintenance of database systems to allow for data collection and analyses, conducting transportation studies, research, and statistical system design. It also includes development of Geographic Information Systems (GIS) applications, geospatial data and web mapping services. In general, the contractor or contractors will assist the agency in performing its day-to-day operations related to these areas and the agency?s premier transportation programs. The BTS, specifically, as a statistical agency within RITA, compiles, analyzes, and publishes data and information needed for transportation decision-makers, and it manages the National Transportation Library (NTL) and the Office of Airline Information. It is anticipated that the task ORDERS issued under the new contract(s) will be issued under the following TASKS: Research, Technical, and Analytical Support; Transborder Freight Data Programming, Processing, and Analysis; North American Transportation Statistics and Trade Data Analysis; Close Calls Reporting Systems; Global Trade and Transportation Research; U.S. International Trade Data Processing and Analysis; U. S. Domestic and International Passenger Travel Data and Analysis; Border Crossing Data Processing and Analysis; TranStat (Intermodal Transportation Database) Development Support; Quick and Special Response Analytical and Technical Support; Airline Data and Information Analytical and Technical Support; Freight Transportation; Multifactor Productivity Estimation Support; National Transportation Library Services; Geospatial Technology; and Government, International, and Public Affairs Support. It is estimated that the needed support work will require approximately 70,270 AGGREGATE staffing hours PER-YEAR, counted across ALL of the labor categories listed below. On a PER-YEAR basis, it is estimated that each offeror will need to propose 1,776 hours for the offeror?s Project Manager; 1,980 hours for the offeror?s Program Manager; 3,690 hours for the offeror?s Senior Economist; 6,480 hours for the offeror?s Economist; 3,870 hours for the offeror?s Senior Research Analyst; 2,330 hours for the offeror?s Research Analyst; 2,340 hours for the offeror?s Survey Methodologist; 1,940 hours for the offeror?s Senior Survey Methodologist; 1,750 hours for the offeror?s Senior Transportation Analyst; 1,810 hours for the offeror?s Transportation Analyst; 3,890 hours for the offeror?s Information Specialist; 1,080 hours for the offeror?s Information Specialist II; 1,690 hours for the offeror?s Senior Statistician; 3,080 hours for the offeror?s Statistician; 1,260 hours for the offeror?s Senior Systems Analyst; 1,430 hours for the offeror?s Research Analyst; 660 hours for the offeror?s Systems Analyst; 4,444 hours for the offeror?s Research Assistant II; 6,310 hours for the offeror?s Research Assistant; 2,090 hours for the offeror?s Senior Research Assistant; 460 hours for the offeror?s Senior IT Specialist; 4,950 hours for the offeror?s IT Specialist; 3,000 hours for the offeror?s GIS Specialist; 3,480 hours for the offror?s Programmer; 4,210 hours for the offeror?s Data Analyst; and 1,350 hours for the offeror?s Database Manager. All estimated numbers of hours listed above are ON-THE-JOB hours. Each offeror?s proposed Program Manager shall have a minimum of 5 years of work experience in managing a project or projects involving transportation-related data analysis, research, economics, statistics, project management, or technical support of the kind described. Each offeror?s proposed Program Manager shall have demonstrated success in managing transportation programs involving multiple subcontractors on schedule and within budget, and in providing high quality products and services to meet the contract technical requirements. Each offeror?s proposed Program Manager shall have at a minimum a BA degree in any field applicable to the field of transportation, including economics, planning, or statistics----or shall have a BA degree applicable to the kinds of technical support areas described herein. Each offeror?s proposed Project Manager shall have a minimum of 5 years of work experience in managing a program or programs involving data analysis or technical support of the kind described herein, and shall have at a minimum a BA Degree in a field applicable to data analysis or to technical support of the kind described herein. It is NOT essential that either the Project Manager?s or Program Manager?s work experience or education be in ALL of the technical fields mentioned herein. For each labor category mentioned above, which has a II or a Senior in the labor category?s name, a Bachelor?s degree in SOME field (i.e., in ANY field, whether related to this project or not related to this project) is ESSENTIAL, and a Bachelor?s degree in the labor category?s PARTICULAR field is DESIRABLE, and five years of work experience in the labor category?s particular field is essential, and more than five years of work experience in the labor category?s particular field would be desirable. For each labor category mentioned above----EXCEPT for the Program Manager, Project Manager, and labor categories having a II or a Senior in the labor category?s name----a Bachelor?s Degree or an Associate?s Degree in SOME field (whether or not that field is related to this project) is ESSENTIAL, and a Bachelor?s Degree or an Associate?s Degree in the labor category?s particular field is desirable, and a minimum of two years of work experience in the labor category?s particular field is ESSENTIAL, and more than two years of work experience in the labor category?s particular field would be desirable. IT SHALL BE THE RESPONSIBILITY OF EACH PROSPECTIVE OFFEROR TO CLOSELY AND FREQUENTLY MONITOR THIS FEDBIZOPPS WEBSITE TO FIND ANY AMENDED SYNOPSES, AND TO FIND THE SOLICITATION TO BE PUBLISHED HEREAFTER IN THIS FEDBIZOPPS WEBSITE, AND TO FIND ANY AMENDMENTS TO THE SOLICITATION----as such postings to this FedBizOpps website often contain crucial information. The due date shown above is only an ESTIMATED due date for DOT?s receipt of proposals. The ACTUAL due date for proposals will be stated in the SOLICITATION hereafter published in this FedBizOpps website. TELEPHONED, E-MAILED AND FAXED PROPOSALS WILL NOT BE ACCEPTED. INSTEAD, EACH OFFEROR MUST SUBMIT ITS PROPOSAL IN HARD-PAPER FORM.
 
Place of Performance
Address: Washington, D.C. 20590
Zip Code: 20590
Country: UNITED STATES
 
Record
SN01298072-W 20070520/070518220601 (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.