Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOURCES SOUGHT

B -- Analysis of Transportation Investment Models REQUEST FOR INFORMATION

Notice Date
4/8/2009
 
Notice Type
Sources Sought
 
NAICS
541618 — Other 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, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
09-P-0040
 
Point of Contact
Treena S. Greene, Phone: 2023665935, Carmencita D. Jones,, Phone: (202) 493-0130
 
E-Mail Address
treena.greene@dot.gov, carmencita.jones@dot.gov
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL (RFP) OR REQUEST FOR QUOTATIONS (RFQ)) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE. The US Department of Transportation (USDOT) has identified several tasks that may be used to analyze transportation investment models in other countries. These tasks would provide educational resources about how other countries approach infrastructure investment. The purpose of this request for information is twofold: 1) to identify the feasibility of such a contract, given the potential concerns and difficulties expected to be encountered by contractors when performing such a project; and 2) to identify the capability and interest of any firms with regard to such a project for inclusion on a potential source list in the event a solicitation is pursued in the near future. Listed below is a short synopsis of the three identified task. Task 1 – Explaining how certain countries with mature pubic-private partnerships (PPP) programs determine whether greater private sector involvement in the funding and procurement of infrastructure would be more valuable than conventional, public approaches to procurement. Task 2 - Explaining how other countries have used government-sponsored lending institutions to fill market gaps and leverage substantial private co-investment by providing flexible credit assistance. Task 3 - Explaining how other countries approach transportation infrastructure investment; not just how much these countries spend, but how these countries ensure that they are getting valuable returns on their investments. The Government is particularly interested in knowing if a company has direct experience and/or institutional knowledge related to surface transportation infrastructure finance and government-sponsored lending institutions domestically and in other countries; if they have direct experience and/or institutional knowledge related to Public Sector Comparator (PSC) and Value for Money (VFM) analyses conducted in foreign countries; and whether they have the ability to expedite completion of the tasks by responding to each of the three tasks concurrently. Interested parties are requested to provide information on their ability to satisfy any or all of the requirements outlined above. This information should include a description of the company, your areas of expertise, contact information, Business Size Standard/Classification and the company’s ability to offer experienced personnel capable of supporting this effort. If there is a GSA or other contract vehicle already available for the services being proposed, you may include this information in your response. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not at this time seeking proposals and will not accept unsolicited proposals. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The Government will not pay for any information or administrative costs incurred in a response to this RFI. All costs associated with responding to this RFI will be solely at the responding party’s expense. All information received in response to this RFI that is marked proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. Responses are requested in electronic format, either in Microsoft Word or Abode Acrobat format and shall not exceed 20 pages. All information submitted will be reviewed; however, DOT may not respond to any submissions. Information must be submitted no later than 14:30 local time on 22 April 2009, and e-mailed to the attention of Treena S. Greene at Treena.greene@dot.gov. Telephone calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9aec1ed8d658c264068f7ea5398d45c1&tab=core&_cview=1)
 
Place of Performance
Address: 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN01788596-W 20090410/090408220505-9aec1ed8d658c264068f7ea5398d45c1 (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  © 1994-2020, Loren Data Corp.