Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
SOLICITATION NOTICE

R -- DOT/FTA Drug & Alcohol Compliance Review Support Services - DTFT60-10-R-00007

Notice Date
9/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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
DTFT60-10-R-00007
 
Archive Date
11/22/2010
 
Point of Contact
GregoryEYoung, Phone: 2023668090, Carlene R Jackson, Phone: 202-366-0432
 
E-Mail Address
Gregory.Young@dot.gov, carlene.jackson@dot.gov
(Gregory.Young@dot.gov, carlene.jackson@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP Pages 2 thru 46 Page 1 of RFP. OFFICE OF PROGRAM MANAGEMENT, SAFETY & SECURITY AUDIT SUPPORT SERVICES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and FAR Part 15, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is DTFT60-10-R-00007 and is issued as a Request for Proposal (RFP). The Department of Transportation, Federal Transit Administration (FTA), on behalf of Office of Program Management, Safety & Security, intends to procure Drug & Alcohol Compliance Audit Services using competitive procedures under SBA Small Business Program. The contractor shall provide the personnel, facilities, materials and equipment necessary to conduct 24 on-site audit events. The contractor shall have a minimum of four Audit Team Leaders to fulfill the requirements of the program. The audit team should consist of a Team Leader, a Federal Representative, and 2 to 4 team members as determined by the Team Leader in consultation with FTA in the pre-audit phase. To achieve these objectives, FTA will issue Task Orders as needed under an Indefinite Delivery, Indefinite Quantity (IDIQ), Labor Hour contract in the specific task areas defined in the Statement of Work (SOW). This is a 100% Small Business Set A-Side Acquisition under the SBA's Small Businesses Program. The designated NAICS code is 541611 with a size standard of $6.0M. Interested parties are encouraged to submit a more suitable NAICS Code before or during the Questions and Answer period. Questions about this requirement are to be submitted NLT 10 days after publication of the Request for Proposal (RFP). The scope of this SOW includes pre-audit preparation, site visits and post-audit communication and technical assistance activities designed to assist the grantee to comply with 49 CFR Part 655 and 49 CFR Part 40. The audits employ a comprehensive and exhaustive checklist of all the requirements specified in Parts 655 and 40. These requirements cover all aspects of the drug and alcohol program at a grantee level. This includes any grantee contractors, vendors, and third party administrators. The aspects of the grantee's drug and alcohol program examined shall include the following: policy, training, testing program administration and records, drug and alcohol program manager functions, third party administrator/consortium functions, medical review officer functions, collection site (urine and breath) performance and physical characteristics, laboratories, and the role of substance abuse professionals. The questionnaires and investigative elements have been developed previously and incorporated into the pre-existing audit software package, Substance Abuse Management Software (SAMO). The questionnaires and investigative elements shall retain the flexibility to incorporate guidance from FTA with the input of Volpe and the contractors. Flexibility and innovative analysis and investigative techniques are the keys to good quality and productivity at this point in this mature FTA program. Grantees that have been proven as largely compliant need not be subjected to rote re-auditing using well established questionnaires. The specific tasks will require resources to (1) conduct drug and alcohol testing compliance Audits Reviews in three phases, ( Pre-Audit, Audit and Post Audit follow-up process); (2) Provide Auditor Team Training; (3) Conduct Drug and Alcohol Training; (4) Conduct Annual Audit Planning; and (5) Provide Technical Assistance and Program Management Support. See the attached RFP DTFT60-10-R-00007 for complete details. An Indefinite Delivery Indefinite Quantity type contract with Fixed Labor Rates is anticipated. The contract duration period will be One Twelve (12) Month Base Period Plus Four (4) Twelve Month Option Periods beginning on or about 10 DEC 2010. The place of performance will be within Continental United States (CONUS). Contractor personnel will not require a current clearance. A written Request for Proposal (RFP) is attached to this announcement. The Government reserves the right to revise its acquisition strategy and solicitation requirements based upon industry responses. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from the FedBizOps website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their requirements packages. POC is Sr. Contract Specialist Gregory E. Young, at 202/366-8090, or Gregory.Young@dot.gov. No information, questions concerning this RFP or request for clarifications will be provided in response to telephone calls. Formal communications such as requests for clarification, information or questions concerning this RFP shall be submitted by email to: Gregory.Young@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FTA/FTAHQ/DTFT60-10-R-00007/listing.html)
 
Place of Performance
Address: Various Continental U.S. locations., United States
 
Record
SN02299980-W 20100930/100928235432-b6e6e14c72fa7e84ffa42a17273d186a (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.