Search Contract Opportunities

Regional Toll Coverage, Payment and Data Tracking Services   3

ID: N4008524Q2529 • Type: Sources Sought

Description

This Sources Sought (N4008524Q2529) replaces the previously posted Notice N4008524Q2516 which was posted on May 02, 2024.

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal and no contract will be awarded from this notice. There will not be a solicitation, specifications, or drawings available at this time. This notice is a market research tool used for planning purposes only to determine the availability and capability of businesses.

Naval Facilities Engineering Systems Command, (NAVFAC) Mid-Atlantic is seeking Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, and certified 8(a) Businesses and Large Businesses with current relevant qualifications, experience, personnel and capability are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the best interest of the Government.

The Contractor shall provide nation-wide toll aggregation services for General Services Administration (GSA) leased vehicles and Navy owned vehicles in the NAVFAC Mid-Atlantic fleet located throughout the Continental United States (CONUS). This contract shall cover all tolled crossing in the NAVFAC Mid-Atlantic Area of Responsibility. The full requirement includes providing Pay by Plate support for 5,330 vehicles, 26 transponder equipment units, and 223 trailers. In addition to a centralized billing interface which would allow the government to verify and track toll usage data, and customer support for toll charges, transponders and trailers covered in the contract for pay by plate and mailed bill. See attached Performance Work Statement for further details related to this requirement.

An Indefinite Delivery/Indefinite Quantity (IDIQ) contract with recurring and non-recurring services is anticipated. The total contract term including the exercise of any options, shall not exceed 60 months. The Government will make an award to the Contractor whose quote is the best value and most advantageous to the Government.

It is requested that interested parties submit a brief capabilities package not to exceed 5 pages. This capabilities package shall address, at a minimum the following:

(1) Examples of similar contracts performed within the last five years. Knowledge of the state regulations within the AOR. Indicate whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact.

(2) Company profile, to include number of offices and number of employees per office, annual receipts, office location(s), available bonding capacity, DUNS number, and CAGE Code.

(3) Please indicate if you are a Small Business, Small Disadvantaged Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business, certified HUBZone Small Business, certified 8(a) Business, or Large Business.

The capabilities package for this source sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this contract. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities.

Electronic submission will be accepted. Responses to this Sources Sought Notice shall be emailed to susan.c.roberts4.civ@us.navy.mil and must be received no later than 2:00 PM Eastern Standard Time on 15 July 2024. Questions regarding this source sought notice may be emailed to Susan C. Roberts at susan.c.roberts4.civ@us.navy.mil, or via telephone at (757) 341-0091.

Background
The Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic is seeking to establish a contract for nationwide toll aggregation services for General Services Administration (GSA) leased vehicles and Navy owned vehicles within the NAVFAC Mid-Atlantic fleet.

This initiative aims to support the mission of enabling warfighters to succeed by providing necessary travel support on toll roads, which have become increasingly prevalent. The contract will address the need for a structured approach to manage toll payments and data tracking for vehicles operating in the NAVFAC Mid-Atlantic Area of Responsibility (AOR).

Work Details
The Contractor shall provide nationwide toll aggregation services covering all tolled crossings in the NAVFAC Mid-Atlantic AOR. Key requirements include:
1. Providing 'Pay by Plate' support for 5,330 vehicles, 26 transponder equipment units, and 223 trailers.
2. Establishing a centralized billing interface to verify and track toll usage data.
3. Offering customer support for toll charges, transponders, and trailers covered under the contract.
4. Managing payments through three methods: RAPID/Mass Transit cards or devices, Pay by Plate charges, and Pay by Bill (mailed bills).
5. Ensuring prompt payment of tolls incurred by authorized vehicles within 90 days of receiving a bill.
6. Providing fleet management data via a web-based platform that allows historical data access for toll usage verification and auditing.

Period of Performance
The total contract term, including any options exercised, shall not exceed 60 months.

Place of Performance
The contract will be performed throughout the Continental United States (CONUS), specifically within the NAVFAC Mid-Atlantic Area of Responsibility.

Overview

Response Deadline
Aug. 2, 2024, 2:00 p.m. EDT Past Due
Posted
July 26, 2024, 7:23 p.m. EDT
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$18 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Odds of Award
70%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 6 days, below average for the Naval Facilities Engineering Command. 68% of similar contracts within the Department of the Navy had a set-aside.
On 7/26/24 Naval Facilities Engineering Command issued Sources Sought N4008524Q2529 for Regional Toll Coverage, Payment and Data Tracking Services due 8/2/24. The opportunity was issued full & open with NAICS 488490 and PSC V999.
Primary Contact
Name
SUSAN C. ROBERTS   Profile
Phone
(757) 341-0091

Documents

Posted documents for Sources Sought N4008524Q2529

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008524Q2529

Award Notifications

Agency published notification of awards for Sources Sought N4008524Q2529

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N4008524Q2529

Contract Awards

Prime contracts awarded through Sources Sought N4008524Q2529

Incumbent or Similar Awards

Contracts Similar to Sources Sought N4008524Q2529

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008524Q2529

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008524Q2529

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Sept. 11, 2024
Last Updated By
susan.roberts2@navy.mil
Archive Date
Sept. 10, 2024