Communication Strategy Consulting Services for the FMCSA (Sole Source Change Order)
ID: 6913G624F50024NType: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY6913G6 VOLPE NATL TRANS SYS CNTRCAMBRIDGE, MA, 02142, USA

NAICS

Marketing Consulting Services (541613)

PSC

SUPPORT- PROFESSIONAL: MARKET RESEARCH/PUBLIC OPINION (R422)
Timeline
    Description

    The U.S. Department of Transportation, through the John A. Volpe National Transportation Systems Center, intends to issue a sole source change order to Arch Street Communications, Inc. for communication strategy consulting services related to the Federal Motor Carrier Safety Administration's (FMCSA) new Federal Registration System. The procurement aims to expand existing deliverables, including enhanced training materials, a comprehensive media toolkit, and additional digital communication tools, all designed to effectively engage stakeholders and promote compliance initiatives within the motor carrier industry. This initiative is crucial for ensuring a smooth rollout of the redesigned registration process, scheduled for December 2024, with the contract period extending until April 9, 2025. For inquiries, interested parties may contact Rachel Anderson at rachel.anderson@dot.gov or Christopher Dooley at christopher.dooley@dot.gov by September 18, 2024.

    Point(s) of Contact
    Christopher Dooley
    christopher.dooley@dot.gov
    Files
    Title
    Posted
    The document details a procurement request by the Volpe National Transportation Systems Center, which is seeking to modify an existing Task Order (No. 6913G624F50024N) with Arch Street Communications Inc. for additional communication and outreach tasks related to the Federal Motor Carrier Safety Administration (FMCSA) Federal Registration System. The proposed modifications include expanded deliverables such as enriched training materials, a media toolkit with additional resources, and enhanced digital communication tools, alongside participating in more planning meetings. The justification for this sole-source modification cites efficiency and continuity of work, as Arch Street has prior familiarity and experience with FMCSA’s needs. Market research confirmed that Arch Street provided the best value based on evaluations conducted through the GSA Multiple Award Schedule. The rationale underscores the necessity of keeping the tasks under the existing contract to avoid additional administrative costs and delays which would arise from issuing a separate task order. Overall, the document reflects the government’s strategic approach to streamline procurement processes while enhancing service delivery in federal communications initiatives.
    The U.S. Department of Transportation's Volpe National Transportation Systems Center is seeking a contractor to develop a communications and outreach strategy for the Federal Motor Carrier Safety Administration (FMCSA) regarding its new Registration System (FRS). The contractor will identify objectives, stakeholder messaging, and implementation tactics to effectively communicate with stakeholders about the redesigned registration process, scheduled for rollout in December 2024. Key deliverables include a draft communications strategy, a briefing for FMCSA’s Executive Leadership Team, and 4-5 awareness materials such as media toolkits, social media content, and FAQs. The work will occur virtually through regular meetings, with a contract period lasting from the award date until April 9, 2025. The strategy aims to enhance stakeholder engagement and promote FMCSA’s compliance initiatives within the motor carrier industry, ultimately supporting the agency's overarching safety mission.
    Similar Opportunities
    Broad Agency Announcement (BAA) : Advancing Cooperative Perception in Transportation Applications Toward Deployment
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration (FHWA), is issuing a Broad Agency Announcement (BAA) to procure innovative cooperative perception (CP) models and technologies aimed at enhancing Advanced Driver Assistance Systems (ADAS) and Automated Driving Systems (ADS). The primary objective is to develop and deploy CP technologies that improve situational awareness and operational efficiency in transportation systems by facilitating wireless communication between vehicles and infrastructure. This initiative is critical for advancing safety and mobility on roadways, with the FHWA planning to award up to three contracts totaling $2.5 million for successful prototypes that meet specified objectives. Interested parties must submit their proposals by October 24, 2024, with awards anticipated by November 22, 2024; for further inquiries, contact Okpemitoritse U. Onuwaje at o.onuwaje@dot.gov or James Mikell at james.mikell@dot.gov.
    Central Intercollegiate Athletic Association (CIAA) Sponsorship Agreement
    Active
    Transportation, Department Of
    Special Notice: Transportation, Department of, Federal Motor Carrier Safety Administration intends to negotiate a firm-fixed priced purchase order on a sole source basis with Van Wagner Sports & Entertainment LLC for the 2024 Central Intercollegiate Athletic Association (CIAA) sponsorship agreement. This sponsorship agreement is in direct support of FMCSA's outreach and recruiting initiatives. Van Wagner is the only source capable of providing Conference Sponsorships for the CIAA conference that will take place in Baltimore, Maryland from February 26, 2024, to March 2, 2024. The acquisition is being conducted under the authority of FAR Subpart 13.106(b)(1) and the NAICS code for this acquisition is 541613 - Marketing Consulting Services. Interested parties may submit a description of their firm's capabilities for consideration. For more information, contact Sabrina Phillips at Sabrina.Phillips@dot.gov.
    Corporate Work Plan Services Support 12 Month Extension
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is planning to extend the Corporate Work Plan Services Support contract for an additional 12 months. This extension includes a six-month primary extension and two optional three-month extensions, aimed at continuing support services that are critical for the FAA's operational objectives while a competitive follow-on contract is being prepared. The FAA intends to utilize single source procedures to modify the existing contract (692M15-18-D-00006) to increase the funding ceiling necessary for these services. For inquiries regarding this announcement, interested parties may contact Daniel Leary at daniel.f.leary@faa.gov or by phone at 609-485-5274, with questions due by 3 p.m. (Eastern Standard Time) on September 20, 2024.
    Denton Cargo Re-compete Contract
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the Denton Cargo Re-compete Contract, which aims to provide comprehensive technical support and resources for the movement of humanitarian cargo. The contract, scheduled to be effective on April 1, 2025, will require the contractor to manage logistics, coordinate interagency communication, and ensure compliance with regulatory requirements while utilizing the Defense Transportation System (DTS). This initiative is crucial for facilitating U.S. government operations in global disaster response scenarios. Interested parties must submit their capabilities and relevant experience by October 10, 2024, and can contact Nicholas A. Van Osdale or Zcheherah Macapinlac for further information.
    Headquarters CCTV Modernization 2024
    Active
    Transportation, Department Of
    The Department of Transportation (DOT) is seeking proposals for the Headquarters CCTV Modernization 2024 project, aimed at enhancing the physical security infrastructure at its headquarters in Washington, D.C. This initiative involves the procurement and installation of modern CCTV equipment, specifically transitioning from analog to digital systems, which includes replacing 13 existing cameras and ensuring interoperability with Bosch Systems components. The project is critical for improving surveillance capabilities and situational awareness for the DOT guard force, with a fixed-price contract anticipated to last 180 days. Interested small businesses must submit their technical and pricing proposals by September 24, 2024, with questions due by September 18, 2024; for further inquiries, contact Maliha Habib at maliha.habib.ctr@dot.gov or Robin Denise Gates at robin.gates@dot.gov.
    Infrastructure and Operations Services Support 6 Month Extension
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is announcing a presolicitation for a six-month extension of Infrastructure and Operations Services Support under task order DTFAWA10A-00018-0002. This modification aims to increase the ceiling for support services while the FAA prepares to competitively award a follow-on contract under the Information Technology Innovative Procurement for Strategic Sourcing (ITIPSS). The continuation of these services is crucial for maintaining operational efficiency within the FAA's infrastructure and operations. Interested parties can direct inquiries to Daniel Leary at daniel.f.leary@faa.gov by September 19, 2024, at 3 p.m. Eastern Standard Time.
    NOTICE OF INTENT TO CONTRACT WITH A SINGLE SOURCE
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), intends to award a single source contract to Trax USA Corp for the continuation of its Flight Program Operations services. This contract is crucial for managing aircraft maintenance, logistics, and financial support necessary for the FAA's missions. The FAA has determined that maintaining Trax USA Corp as the selected vendor aligns with its operational needs, ensuring effective service delivery. For inquiries regarding this announcement, interested parties should contact Erick Martinez at erick.i.martinez-abril@faa.gov, noting that this notice serves informational purposes only and does not constitute a solicitation for proposals.
    23--Medium and Heavy Duty Trucks / Wreckers and Carrie
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the Medium and Heavy-Duty Trucks / Wreckers and Carriers (MHWC) Program under Solicitation 47QMCA22R0013. This opportunity allows existing contractors to submit next model year (NMY) information and enables new offerors to propose new models that comply with the 2025 Federal Vehicle Standards. The procurement is crucial for modernizing the federal vehicle acquisition process while ensuring adherence to updated federal standards, including emissions regulations and the integration of telematics devices. Interested parties should attend the virtual Industry Day on August 27, 2024, and submit their proposals via AutoBid starting September 3, 2024. For further inquiries, contact Eric VanderVeen at eric.vanderveen@gsa.gov or Amanda Vance at amanda.vance@gsa.gov.
    PORT PERFORMANCE SUBSCRIPTION
    Active
    Federal Maritime Commission
    The Federal Maritime Commission intends to sole source a subscription for Port Performance services from S&P Global, a leading provider in the industry. This procurement aims to secure essential subscription services that will support the Commission's operational needs in monitoring and analyzing port performance metrics. The anticipated period of performance for this contract is from September 29, 2024, to September 28, 2029, encompassing a base year and four one-year option periods. Interested parties can direct inquiries to Michelle Calhoun at mcalhoun@fmc.gov or by phone at 202-523-2901, as this opportunity is being pursued under the Federal Acquisition Regulations Subpart 13.5 for simplified procedures.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.