Outside Counsel Real Property Legal Services
ID: 693JJ624Q000014Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL RAILROAD ADMINISTRATION693JJ6 FEDERAL RAILROAD ADMINWASHINGTON, DC, 20590, USA

NAICS

Offices of Lawyers (541110)

PSC

SUPPORT- PROFESSIONAL: LEGAL (R418)
Timeline
    Description

    The Department of Transportation, specifically the Federal Railroad Administration (FRA), is seeking quotes for outside counsel legal services to support complex property transactions under solicitation number 693JJ624Q000014. The primary objective is to establish multiple Blanket Purchase Agreements (BPA) for legal assistance related to significant transactions influenced by the Infrastructure Investment and Jobs Act, particularly concerning Amtrak-owned properties. This procurement is crucial as it addresses the anticipated increased need for legal support due to substantial federal funding for rail improvement projects. Interested parties must submit their quotes by September 30, 2024, and can direct inquiries to Koren Wheeler at koren.wheeler@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Request for Quote (RFQ) 693JJ624Q000014 from the Federal Railroad Administration (FRA) for outside legal counsel services related to complex property transactions. Issued on August 2, 2024, and amended to extend the submission deadline to September 16, 2024, it invites competitive proposals from all responsible sources. The anticipated blanket purchase agreement (BPA) will last from September 17, 2024, through September 16, 2029, including one base year and four option years. The RFQ details the need for legal assistance due to increased federal funding for rail improvements and specific legal challenges associated with transactions involving federal interests and properties, particularly those owned by Amtrak. Proposing firms must demonstrate their capability through technical descriptions, past experiences in similar transactions, and key personnel qualifications. Emphasis is placed on a structured submission format and the evaluation criteria, which consider both technical proficiency and cost. The solicitation promotes transparency, as it outlines required representations, certifications, and compliance with federal regulations. The Government aims to select proposals that offer the best overall value, prioritizing technical merits over just cost considerations.
    The Federal Railroad Administration (FRA) is soliciting quotes through Request for Quote (RFQ) 693JJ624Q000014 to establish multiple Blanket Purchase Agreements (BPA) for outside legal counsel services supporting complex property transactions over a five-year period, from October 17, 2024, to October 16, 2029. The solicitation seeks to procure legal assistance related to significant transactions influenced by the Infrastructure Investment and Jobs Act, particularly concerning Amtrak-owned properties. All businesses, regardless of size, may participate, and the RFQ emphasizes full and open competition. Respondents must follow specific guidelines for quote submission, which includes a three-volume format detailing cover letters, technical descriptions, and price quotes, with clear expectations on content, layout, and criteria for evaluation based on technical approach, past experience, and price. The solicitation stresses the importance of compliance with outlined requirements and provides a structured scoring system for reviewing submissions, encouraging potential bidders to present their most competitive offers. By aiming for the best value, the FRA intends to ensure effective legal support for its expanding property transaction needs.
    The Federal Railroad Administration (FRA) seeks outside legal counsel services through a multiple-award hybrid Firm Fixed Price (FFP) / Labor Hour (LH) Blanket Purchase Agreement (BPA). The goal is to obtain legal advice and assistance for complex property transactions involving federal interests, primarily related to rail improvement projects. The FRA anticipates a five-year period of performance. Quoters are required to submit a technical approach detailing their strategy and timelines for working with the FRA. They must also provide information on their corporate experience in representing entities similar to the FRA, focusing on complex property transactions. In addition, fully burdened Labor Hour rates for various labor categories are requested, with the possibility of adding further categories. Evaluation criteria emphasize the technical approach and corporate experience, with price being a secondary consideration. The FRA aims to award multiple BPAs using FAR Part 13 procedures, with evaluations based on the feasibility and merit of the proposed solutions. Vendors must register in the System for Award Management (SAM) and submit their quotes electronically by the specified deadline. Key dates include an August 16 clarification deadline and a quote submission deadline of August 30.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information - Interstate Rail Compact (IRC)Legal Services
    Active
    Transportation, Department Of
    Request for Information - Interstate Rail Compact (IRC) Legal Services The Department of Transportation, specifically the Federal Railroad Administration, has issued a Sources Sought notice for legal services related to the development of an Interstate Rail Compact (IRC) Training Manual. The purpose of this contract is to provide legal support in the creation of a comprehensive manual and webinars that will assist states and other entities interested in establishing or amending IRCs. The IRC Handbook will provide an overview of legal requirements, best practices, and resources for forming and modifying an IRC. It will cover topics such as the benefits of IRCs, the process of establishing an IRC, amending and expanding existing IRCs, the role of IRCs throughout project life cycles, and applicable FRA guidance. The Contractor will also conduct stakeholder outreach and assist with the review and finalization of the IRC Handbook. Additionally, the Contractor will develop a series of webinars to educate stakeholders on the formation of IRCs. These webinars will cover the content of the IRC Handbook, the benefits of IRCs, the process of forming an IRC, and opportunities for discussion among attendees. The period of performance for this contract is 18 months, and it is a Firm Fixed Price contract. The Contractor must have licensed attorneys in good standing and technical expertise in establishing interstate compacts. They should also have experience providing legal advice and counsel to entities, including Federal agencies, and knowledge of federal railroad regulations. Overall, this procurement notice seeks legal services to support the development of an IRC Training Manual and webinars, which will provide guidance and resources for states and other entities interested in establishing or amending IRCs.
    Research, Development, Test and Evaluation
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Railroad Administration (FRA), is seeking information from vendors regarding a potential contract for Research, Development, Test, and Evaluation (RDT&E) services aimed at enhancing railroad safety and technology. The contract, which may evolve into a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) vehicle, will focus on four key areas: Rolling Stock, Track, Train Control and Communications, and Human Factors, with the objective of improving safety standards and operational efficiency within the rail industry. This initiative is critical for addressing urgent research needs and supporting ongoing safety improvements mandated by federal regulations. Interested vendors are encouraged to submit their responses to the Request for Information by 3:00 PM ET on September 23, 2024, to Mandy Fenter at mandy.fenter@dot.gov, with additional inquiries directed to Dr. Kirsten Hawley at kirsten.hawley@dot.gov.
    R--Rail Rate Analysis
    Active
    Energy, Department Of
    The Department of Energy, specifically the Idaho Operations Office, is seeking support for rail rate analysis to assist in negotiating rate contracts with rail carriers. The objective of this procurement is to obtain professional services that will provide critical analysis and insights into rail rates, which are essential for effective contract negotiations. This opportunity is particularly important as it aims to enhance the Department's ability to secure favorable terms with rail carriers, thereby optimizing transportation costs for energy-related projects. Interested small businesses are encouraged to reach out to David M. Hawkes at hawkesdm@id.doe.gov or call 208-526-7446 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
    Active
    Transportation, Department Of
    Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.
    Project WV ERFO FS MNGAH921 2018-1(1) - Monongahela National Forest
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a construction project in the Monongahela National Forest, West Virginia. The project involves trail and road repairs, culvert replacements, and bridge reconstructions across 29 repair sites, necessitated by damage from significant storms, with an estimated total cost between $12 million and $15 million. This initiative aims to enhance infrastructure resilience and promote small business participation in federal contracting opportunities. Interested prime contractors must submit their qualifications by September 25, 2024, to Mr. Michael Sun at EFLHD.Contracts@dot.gov, adhering to specific formatting guidelines for their submissions.
    Northeast Region IDIQ Contracts for Highway, Street, and Bridge Construction
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for potential Indefinite Delivery Indefinite Quantity (IDIQ) contracts focused on highway, street, and bridge construction in the Northeast region of the United States. The procurement aims to identify capable firms under NAICS code 237310, which encompasses a variety of construction services including road rehabilitation, pavement construction, debris removal, and bridge repairs. This initiative is significant for enhancing regional infrastructure and is expected to involve contracts valued up to $60 million over a five-year period, with responses due by September 19, 2024. Interested parties should submit their qualifications and relevant information to Mr. David Bogner at eflhd.contracts@dot.gov by the specified deadline.
    Midwest Region IDIQ Contracts for Highway, Street, and Bridge Construction
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration (FHWA), is seeking qualified small businesses for potential Indefinite Delivery Indefinite Quantity (IDIQ) contracts focused on highway, street, and bridge construction in the Midwest region of the United States. The procurement aims to gather information on the capabilities of small businesses to perform various construction services, including roadway rehabilitation, pavement construction, and bridge repairs, with a total contract value not exceeding $60 million anticipated to commence no earlier than September 2025. This initiative underscores the importance of small business participation in federal contracting, particularly for regional infrastructure projects. Interested parties must submit their responses by September 19, 2024, to Mr. David Bogner at EFLHD.Contracts@dot.gov, ensuring compliance with the outlined requirements and limitations.
    OR NPS CRLA 2018(1), Cleetwood Trail and Marina Improvements
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Cleetwood Trail and Marina Improvements project at Crater Lake National Park in Oregon. The project involves the rehabilitation of a 1.1-mile trail, rockfall mitigation, replacement of a failed marina bulkhead, and upgrades to restroom facilities, with a focus on enhancing visitor access and safety while adhering to environmental standards. This initiative underscores the federal commitment to maintaining national park infrastructure, with an estimated contract value between $30 million and $40 million, and a tentative completion date set for Fall 2027. Interested vendors can contact the Contracts G. Office at WFL.contracts@dot.gov or by phone at 360-619-7520 for further details, and should monitor SAM.gov for solicitation updates anticipated in winter 2024/2025.
    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.
    CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CA ERFO DEVA 2022-1(2) Salt Creek Interpretive Trail project in Death Valley, California. This project involves the reconstruction of a 2,871-foot-long, ADA-accessible raised timber boardwalk trail, along with the removal of debris, reconstruction of a parking lot, and roadway improvements, all necessitated by severe flooding events in August 2022 and 2023. The initiative is crucial for restoring public access to natural resources while adhering to environmental standards, with an estimated project value between $5 million and $10 million. Interested small businesses must submit sealed bids by 2:00 PM on October 3, 2024, and can direct inquiries to Kelly Palmer at cflcontracts@dot.gov.