Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SOURCES SOUGHT

99 -- SAFETY MANAGEMENT SYSTEMS (SMS) PROGRAM SUPPORT SOURCES SOUGHT

Notice Date
1/14/2021 12:48:56 PM
 
Notice Type
Sources Sought
 
Contracting Office
693195 OFFICE OF ACQUISITION MGT WASHINGTON DC 20590 USA
 
ZIP Code
20590
 
Solicitation Number
SMSSourcesSought
 
Response Due
2/5/2021 12:00:00 PM
 
Archive Date
02/20/2021
 
Point of Contact
Shequesha Evans, Phone: 2023660184, Stephanie Cooke-Nwadibia, Phone: 2023667072
 
E-Mail Address
shequesha.evans@dot.gov, stephanie.cooke-nwadibia@dot.gov
(shequesha.evans@dot.gov, stephanie.cooke-nwadibia@dot.gov)
 
Description
The United States (U.S.) Department of Transportation, Federal Transit Administration (FTA) is seeking vendors to assist FTA�s Office of System Safety in supporting the transit industry in fully implementing Safety Management Systems (SMS) methods and principles, as further described in the attached Statement of Objectives (SOO). SMS implementation will improve public transportation safety and provide transit agencies with a structure for understanding and addressing safety risks through proactive and timely organizational decision-making. This effort facilitates FTA compliance with Congressional direction to develop and carry out a Public Transportation Safety Program (Safety Program) to improve the safety of public transportation systems that receive Federal financial assistance under 49 U.S.C. chapter 53. FTA is charged with assisting the recipient agencies in the development and implementation of a Public Transportation Agency Safety Plan (PTASP) compliant with 49 Code of Federal Regulation (CFR) Part 673. This Contracting Opportunities (formerly known as Federal Business Opportunities) notice is an announcement seeking market research information concerning businesses that believe they are technically capable of providing the services in the attached SOO. We strongly encourage small businesses to respond concerning their technical capabilities regarding this notice. The technical capability package response for this �Sources Sought/Market Research Survey� is not expected to be a proposal, nor will any award be made, but rather specific, detailed information regarding the company�s existing experience in relation to the areas specified in the SOO for information and planning purposes only. The Government will not accept simply submission of your firm�s standard brochure of capabilities as a response to this Sources Sought/Market Survey Notice. The Government will not be responsible for any cost incurred by interested parties in responding to this request.� There are six program areas described in the attached SOO. If your firm does not have expertise in all six areas, please indicate the areas in which you have expertise and provide a technical capability statement response. Technical capability statements should be no more than 6 pages and the complete capability package must not exceed 10 pages. The document can be single or double spaced. Ensure you identify the SOO program area(s) for which you are providing a capabilities package. With this Sources Sought/Market Survey Notice, the Government is also interested in hearing from industry their ideas and thoughts concerning the placement of all six program areas in one requirement. If a vendor has a recommendation based upon experience, please provide it as a brief response to this notice to the Government. The following questions must be answered and elaborated on as part of the technical capability statement response: (1) Past Performance � Does your firm have the relevant past performance within the last three years (include contract number, task order number (if applicable), blanket purchase agreement (BPA) number along with call order number, contract type, total dollar value, technical point of contact (POC) with phone number, email address, name of employer, POC�s role, and a brief description of the work performed; (2) Corporate Experience � Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work described in the SOO; and (3) Is your firm providing similar services as stated in our SOO under an existing requirement against your General Services Administration (GSA) Schedule Indefinite Delivery, Indefinite Quantity (IDIQ) contract? If so, please briefly describe the contracted services and provide your GSA Schedule IDIQ contract number for which the services are provided against as an order and the Special Item Numbers (SINs) which the relevant work is being performed in relation; (4) For the GSA Schedule IDIQ contract related work which was provided to another federal government entity (ordering agency), please provide which labor categories your firm used for this type of work under a task or call order awarded; (5) Provide a description of services your firm provides similar in program area scope in the SOO under a currently awarded contract in the commercial industry. If your firm has relevant work with another federal government entity that was not awarded as a GSA Schedule buy, please briefly describe it as well. Please provide your company�s name, POC, address, phone number, cage code and your business size under the North American Industry Classification System (NAICS) code along with your capability statement response. If your firm has a specific NAICS code to recommend for each program area, please include it in your response to this RFI/Sources Sought notice. Also, when addressing the five questions stated above, please indicate whether your firm performed the work as a prime or subcontractor. If as a subcontractor, please state the prime contractor firm with your question responses. Complete technical capability statement response packages must be submitted electronically to Ms. Shequesha Evans, Contract Specialist at the email address Shequesha.Evans@dot.gov with a copy to Mrs. Stephanie Cooke-Nwadibia, Senior Contracting Officer via email at Stephanie.Cooke-Nwadibia@dot.gov by 3:00 p.m. Eastern Standard Time (EST) on February 4, 2021. Please note that the Government will not be compiling a bidders list for this Sources Sought/Market Research Survey nor posting one. CONTRACT TYPE The Government anticipates awarding one or more Indefinite Delivery, Indefinite Quantity (IDIQ) base contracts which would allow for issuance of Firm-Fixed Price (FFP) and Labor Hour (LH) task orders concerning this requirement if determined to be competed among small businesses utilizing the Federal Acquisition Regulation (FAR) Part 15: Contracting by Negotiations procedures with posting to Contract Opportunities. � PERIOD OF PERFORMANCE The anticipated period of performance will be one 12-month base period and four 12-month option periods.� PLACE OF PERFORMANCE The contractor shall furnish necessary facilities to undertake the scope of work and perform the services specific in this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c55d9ab7d8a454c8257cd73deb3d16e/view)
 
Record
SN05892951-F 20210116/210114230112 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.