LOBBYING RFP ISSUED BY INDIANAPOLIS PUBLIC TRANSPORTATION CORPORATION

IPTC is requesting qualified registered lobbying firm to provide regular communication with IPTC staff on topics related to public transportation and provide direct communication between federal officials and IPTC. Selected firm will provide a monthly report to the VP of Government Affairs detailing activities that they have engaged in related to transportation policy on behalf of IPTC. In addition IPTC expects guidance on interpreting federal policy issues and proposed legislation.

Background:

The Indianapolis Public Transportation Corporation (IPTC) is a Municipal Corporation as defined by the Urban Mass Transportation Act of 1965, adopted in 1965 by the Indiana General Assembly. In 1973, the company was chartered by the city ordinance to provide public transportation for the City of Indianapolis, Marion County, the Town of Speedway and the City of Beech Grove. IPTC is led by a 7-member Board of Directors. Funding is derived from multiple sources including Federal Assistance (FTA), State Funds (Public Mass Transit Funds, state sales tax), Local Funds (Marion County Property Tax) and Passenger Fare Revenue. The majority of IPTC employees are members of the Amalgamated Transit Union (ATU). IPTC has approximately 850 employees and its annual operating budget is approximately $111 million. IPTC functions on an operational basis under the Rules and Regulations of the Unite States Department of Transportation (USDOT) through the Federal Transit Administration (FTA), applicable Indiana statutes and the ordinances and regulations established by the Indianapolis, Marion County City Council as well as its Board of Directors

Scope of Work:

Awarded Vendor is to engage in regular communication with the Vice President of Government Affairs and other senior IPTC staff. Topics will relate to:

A) Public Transportation 

a. Serving as a liaison between IPTC staff and federal government officials including but not limited to; members of Congress, the White House, and the United States Department of Transportation

B) Federal Policy & Legislation 

a. Working with IPTC staff on all legislative policy related to public transportation and set up direct communication between members of Congress and the IPTC whenever necessary.

b. Assisting IPTC with engaging in regular communication with federal agencies including but not limited to the Federal Transportation Administration and Federal Highway Administration

C) Geographical Preference 

a. It is preferred that vendor have physical office space in both Indianapolis, IN and Washington D.C.

Section 1.3 Contract Required 

IPTC’s drafted Professional Services Agreement has been included as Section 3. The vendor MUST include notification with their response of any exception taken to the contract provisions. Failure to provide exceptions shall result in the mandatory acceptance of the contract provisions as submitted herein by default. *IPTC is aware that all clauses contained in the attachment may not be applicable to this solicitation. They are provided to give potential vendors an idea of the types of legal State and Federal clauses that required in IPTC contracts

The following procedures apply to qualifications-based procurements:

• Qualifications. Unlike other procurement methods where price is an evaluation factor, an offeror’s qualifications are evaluated to determine contract award.

• Price. Price is excluded as an evaluation factor. 

• Most Qualified. Negotiations are first conducted with only the most qualified offeror. The most qualified offeror has two business days following notification of selection to submit the rate sheet/cost proposal for the project team, including subcontractors. The cost proposal should include a table of proposed team members with titles, primary responsibilities, and loaded hourly billing rates. Please provide information documenting the build-up of rates, including overhead and profit, and proposed annual escalation for a two-year period. Include overtime rates, if any. 

• Next Most Qualified. Only after failing to agree on a fair and reasonable price may negotiations be conducted with the next most qualified offeror. Then, if necessary, negotiations with successive offerors in descending order may be conducted until contract award can be made to the offeror whose price the recipient believes is fair and reasonable.

• Audits and Indirect Costs. As required by 49 U.S.C. § 5325(b)(2), the following requirements apply to a third-party contract for program management, architectural engineering, construction management, feasibility studies, preliminary engineering, design, architectural, engineering, surveying, mapping, or related services:

o Performance of Audits. The third-party contract or subcontract must be performed and audited in compliance with FAR part 31 cost principles.

o Indirect Cost Rates. The recipient, third party contractor and its subcontractors, if any, must accept FAR indirect cost rates for the one-year applicable accounting periods established by a cognizant Federal or State government agency, if those rates are not currently under dispute. 

• Application of Rates. After a firm’s indirect cost rates established as described above are accepted, those rates will apply for purposes of contract estimation, negotiation, administration, reporting, and payments, and will not be limited by administrative or de facto ceilings.

This Evaluation Process is organized into three (3) phases: 

Phase I Preliminary Proposal Assessment – Proposals will be checked for compliance with and adherences to all submittal requirements requested in Section 2.2 Required Responses by the Procurement department. Proposals which are incomplete and missing key components necessary to fully evaluate the Proposal will be rejected from further consideration due to nonresponsiveness. IPTC will not contact/inform vendors of missing documentation nor allow vendors to submit documentation after the proposal due date and time. It is the vendor’s sole responsibility to check its proposal for completeness before submitting it.

Due Date:

September 10, 2020, 10:00 AM EST

Address:

1501 WEST WASHINGTON STREET INDIANAPOLIS IN 46222 PHONES (317) 635-2100

Relevant agencies to consider include APCO Worldwide and Edelman PR.

You may also like...