Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

B -- On-board Safety Systems Product Guides and Brochure

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA), Headquarters FMCSA, 400 7th Street SW MC-MBA, Washington, DC, 20590, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DTMC75-07-R-00005
 
Response Due
8/14/2007
 
Archive Date
8/29/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart?12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DTMC75-07-R-00005 is a request for proposal (RFP) and includes FAR provisions and clauses in effect through FAC 2005-18 Effective on June 30, 2007. Line Item 0001 Conduct Research on Safety and Security Systems Technology for Commercial Motor Vehicles to complete a new On-board Safety Systems Brochure and Product Guides for Safety and Security Systems Technology website page for the Federal Motor Carrier Safety Administration website. Lot 1. See attached Performance Statement of Work. Provisions 52.212-1, Instructions to Offerors-Commercial, and 52.212-2?Evaluation?Commercial Items (Jan?1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1.)Technical Capability i. Experience and Capability: The vendor shall describe its expertise in conducting research related to the trucking industry and commercial vehicle technology. (3 page limit) ii. Approach: The vendor shall submit a sample Draft Safety and Security Technology Product Guide on the topic of ?off-vehicle performance-based brake testers? written by the personnel from the submitted resumes. (3 page limit) iii. The vendor shall submit a list of additional suggested technology topics for product guides with a justification for each suggested topic. FMCSA will provide a final list of the product guide topics at the time of award, which may include additional topics required from FMCSA. (3 page limit) iv. Resumes of individuals performing the work, (2.) Price and (3.) Past Performance from at least three references, relevant to the Performance Work Statement. Please have attached Past Performance Questionaire completed by reference and forwarded to the Point of Contact for this solicitation prior to the closing date. Technical and past performance, when combined, are more important than price. (b) Proposal shall be forwarded to the Point of Contact either by e-mail, mail, or hand delivery by 2 PM EDT on the closing date. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 Offeror Representations and Certifications?Commercial Items (Nov?2006) 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 and Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items apply to this order. The following FAR clauses from paragraph (b) of FAR Clause 52.512-5 are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar?2007) (E.O.?11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept?2006) (38?U.S.C.?4212). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct?2003) (31?U.S.C.?3332). 52.239-1, Privacy or Security Safeguards (Aug?1996) (5?U.S.C.?552a). (TAR) 48 CFR1252.237-70 Qualifications of Contractor Employees (Apr 2005) (TAR) 48 CFR1252.237-73 Key Personnel (Apr 2005) (TAR) 48 CFR1252.242-73 Contracting Officer's Technical Representative (Oct 1994) (TAR) 48 CFR1252.242-72 Dissemination of Contract Information (OCT 1994) Performance Statement of Work for Commercial Motor Vehicle On-board Safety and Security Systems Technology Product Guides and Brochure GENERAL Background Safety is at the heart of the Federal Motor Carrier Safety Administration's (FMCSA) mission. Working together with the trucking industry, FMCSA envisions a future of smart technologies that support the expanding role of the trucking industry to safely, securely, and efficiently transport the nation's goods and products. FMCSA has developed a series of product guides to assist carriers, drivers, fleet managers, and other interested individuals to learn more about available safety and security systems. The Commercial Motor Vehicle On-board Safety and Security Systems Technology Product Guides provide a portfolio of existing and emerging commercial motor vehicle (CMV) safety and security system technology. The purpose of the information on this site is to assist carriers, drivers, fleet managers, and other interested individuals to learn more about available safety and security systems. Providing basic system information can create improved understanding and potential deployment. See the Product Guides at: http://www.fmcsa.dot.gov/facts-research/systems-technology/product-guides/productguides.htm Purpose The purpose of this contract is to conduct research on safety and security systems technology for commercial motor vehicles and complete additional Product Guides for Safety and Security Systems Technology as shown on the FMCSA website as well as a new brochure for on-board safety systems. Definition of a Performance Requirement Performance requirements are described as performance objectives, measures, and standards in the following manner: Performance Objective - A statement of the outcome or results. Performance Measure - The critical characteristics of the objective that will be monitored by the Government. Performance Standard - The targeted level or range of levels of performance measure, relating to the Acceptable Quality Level (AQL) for the objective. Use of Measure and Standards Not every performance objective in this contract has a related performance measure or performance standard. However, every performance objective is a contractual requirement. For those performance objectives that do not specify a measure or standard, the measures and standards are in accordance with standard commercial practices. Applicable Clauses and Documents Appendix A contains a list of Contract clauses incorporated by reference. Appendix B contains a list of applicable documents that govern performance under this contract. GENERAL ADMINISTRATIVE REQUIREMENTS The contractor shall, furnish all management, labor, tools, supplies, and material (except as provided by the Government as indicated herein) necessary to perform the requirements contained herein. Contractor Personnel and Proposal Requirements The contractor shall provide qualified personnel to perform all requirements specified within this contract. The contractor shall provide a Program Manager (PM) who shall be designated as ?key? and shall be responsible for ensuring all work is performed as required under this contract. The Program Manager shall ensure that replacement personnel possess the same or superior skill sets as those employees who depart or are replaced. Contractor personnel shall have the following expertise: ? Expertise in conducting research related to the trucking industry and commercial motor vehicle technology. ? Expertise in technical writing and brochure design. The PM shall be aware of, understand, and abide by the Department of Transportation/FMCSA established policies, regulations, and safety practices, and shall have full authority to act on matters pertaining to the performance of services under this contract. The PM shall be the primary point of contact for the Contracting Officer and COTR. The contractor shall ensure that transition of contractor employees shall not be the cause of late or delayed deliverables. Conflict of Interest The contractor shall not employ any person who is an employee of the United States Government if that employment would, or would appear, to cause a conflict of interest. The contractor shall not utilize its knowledge of or access to information, sensitive or otherwise, for company gain. Place of Performance The work required under this contract shall be performed off-site at the Contractor?s facility, or other location as necessary, in order to complete the contract requirements. Period of Performance The period of performance for this task order shall be for 12 months from date of award. Travel Contractor travel is required to support this contract. The Government will reimburse the contractor in accordance with the Federal Travel Regulations and FAR 31.205-46, not to exceed $3,792.00. Reimbursement for local travel is not authorized. Other Direct Cost (ODC?s) ODC?s may be required for this task. All ODC?s shall be approved by the COTR prior to funds being expended. Start of Work Meeting The contractor shall attend a Start-of-Work Meeting with the Contracting Officer, COTR, and other designated representatives at the Government?s facility located at, 400 Virginia Ave SW, STE 600; Washington, DC 20024 within 10 workdays of notification of award. Progress Reports The contractor shall submit quarterly progress reports to the Contracting Officer and COTR via electronic media. Progress Reports shall also include tasks completed, status of tasks in progress but not completed, problems encountered, corrective actions taken and outcomes, and work planned during the next reporting period. Government Furnished Materials/Items The Government will provide the contractor with relevant information that is or will become available during the course of the contract that is pertinent to contract performance. (Please see Appendix B.) CONTRACT PERFORMANCE MONITORING Contracting Officer?s Technical Representative The Contracting Officer will appoint in writing, upon award, a COTR whose function will be to assist the Contracting Officer in monitoring and administering performance under this Contract. The COTR has NO AUTHORITY to make any changes which affect the Contract price, delivery schedule, period of performance, or other terms and conditions that otherwise obligate the Government. Contract Performance Monitoring - General Acceptance Criteria For deliverables, the contractor shall ensure that the Draft and Final Brochure and Product Guides are written in clear, concise English without typographical and grammatical errors. All text and diagrammatic files shall be editable by the Government. Revisions to documents shall be completed by the contractor within 7 days of the COTR?s notification. Any deliverables that require major revisions in content and editing shall be unacceptable and considered as a basis for a Contractor?s Discrepancy Report (CDR). Unless otherwise noted by the COTR, the government will take 21 calendar days to review and provide comments to the contractor on the project deliverables. The contractor shall revise the deliverables based on comments received. The Contractor shall meet all guidelines in the US Department of Transportation?s Information Dissemination Quality Guidelines: http://dmses.dot.gov/submit/DataQualityGuidelines.pdf The Contractor shall comply with the Paperwork Reduction Act of 1995: http://www.whitehouse.gov/OMB/inforeg/pmc_survey_guidance_2006.pdf All final electronic deliverables rendered under this contract must comply with Section 508 of the Rehabilitation Act and the Access Board Standards available for viewing at http://www.section508.gov. Unless otherwise indicated, the contractor represents by signature of this contract that all deliverables comply with the Access Board standards. At the time of each draft and final product guide delivery, the contractor shall provide all back-up data that was used in the development of the product guides in an organized manner with an index. These data shall include, but not be limited to items such as interview notes and references. CONTRACTOR REQUIREMENTS For this effort, the contractor shall conduct research on safety and security systems technology for commercial motor vehicles and complete Product Guides for Safety and Security Systems Technology website pages for the FMCSA website (http://www.fmcsa.dot.gov/facts-research/systems-technology/product-guides/productguides.htm). Performance Objective 1 ? Following FMCSA approval of the type of technologies that would be featured in product guides placed on the website, the contractor shall proceed to develop six product guides in the priority order specified by FMCSA. The Contractor shall develop the product guides in accordance with the Product Guides for Safety and Security Systems Technology format found at: http://www.fmcsa.dot.gov/facts-research/systems-technology/product-guides/productguides.htm. The information in each Technology Product Guide shall include: ? Objective of the technology ? Description of the technology ? Application of the technology ? Operations and Benefits of the technology ? Costs of the technology ? A list of vendor contact information (name, address, phone numbers, and website links) ? FMCSA provided Disclaimer In addition, the contractor shall include appropriate pictures and figures in each product guide that will enhance the technical content of each product guide. The contractor shall use appropriate white space and labeling to make the product guides visually appealing. The contractor shall conduct a thorough review of technology vendors for each technology who will voluntarily agree to allow contact information and links to their websites to be published in the Technology Product Guide. In addition, the contractor shall review information that will be posted in each Product Guide with the technology vendors who voluntarily agree to list their websites in the Product Guide to ensure that the information is adequately documented. The contractor shall submit each draft product guide for review by FMCSA according to a schedule developed at the start of work meeting. Following incorporation of FMCSA comments, the contractor shall submit a final product guide for final review by FMCSA according to a schedule developed at the start of work meeting. It is expected that individual final product guides shall be completed on a bi-monthly basis. Following the approval of each final product guide, an invoice can be submitted for payment for that deliverable. Performance Objective 2 ? The contractor shall conduct the necessary technical research to support drafting, editing, and producing a new, updated On-board Safety Technologies brochure. The contractor shall create and prepare layouts, graphic images, and electronic files for both electronic and printed versions of the brochure. A draft version of the brochure shall be submitted no later than 3 months after the award of the contract. Following incorporation of FMCSA comments, the contractor shall submit a final brochure for final review by FMCSA according to a schedule developed at the start of work meeting. Following the approval of the final brochure, an invoice can be submitted for payment for that deliverable. Then, the contractor shall submit 1,000 copies of the approved final version of the brochure to FMCSA with an invoice for those copies. Appendix Applicable Documents General references identified below will be made available to the Contractor. Additional references may be identified during the course of performance. 1. Websites: a. http://www.transtats.bts.gov/ b. http://ai.fmcsa.dot.gov/mcspa.asp c. http://www.fmcsa.dot.gov/facts-research/research-technology/mission/ra.htm d. http://www.its.dot.gov/ivi/reports.html e. http://dmses.dot.gov/submit/DataQualityGuidelines.pdf f. http://www.whitehouse.gov/omb/inforeg/infocoll.html 2. Code of Federal Regulations (CFR) 3. Title 29, U.S. Code, Section 508, Standards 4. Federal Acquisition Regulation (FAR) 5. Transportation Acquisition Regulations (TAR) 6. Transportation Acquisition Manual (TAM) 7. Joint Federal Travel Regulation (TFJR) PAST PERFORMANCE QUESTIONNAIRE Contractor? Name: Names and Address of Customer: Contract/Identification Number: Contract Type: Place of performance: Date of award & period of performance: Contract Value at Award: Contract value at completion: Point of Contact w/Title, Telephone Number, Fax Number and E-Mail Address: Indicate whether the work was performed as a prime or subcontractor: You have been identified as a past performance reference for the contractor indicated above. This contractor is proposing on a Department of Transportation, Federal Motor Carrier Safety Administration (FMCSA) acquisition for the Quality Assurance Review on the Field Enforcement Process. Past performance is an important evaluation criteria for the acquisition. We value your input and appreciate your willingness to complete this questionnaire. Please indicate within your comments for each element if performance observed related to contracting support services. Please complete the questionnaire and return it via e-mail attachment to Vale Te?o-Lewis 202 385-2315 and copied to ruby.mixon@fmcsa.dot.gov no later than 1: 00 PM August 14, 2007. If you have questions, on this form please e-mail Vale Te?o-Lewis. Please note that by law, the Government will not disclose the names of individuals providing reference information during discussions with the contractor. INSTRUCTIONS Next to each of the questions/review areas annotate with one of the rating listed below with supporting comments. Please complete for each area. You may attach continuation sheets. Excellent (E) - Exceeded performance requirements of the contract, on schedule, with little or no assistance and success with overall low degree of risk. Good (G) - Met contract performance requirements with some assistance and overall low to moderate degree of risk. Satisfactory (S) - Met contract performance requirements, but needed considerable supervision and assistance with overall moderate degree of risk. Unsatisfactory (U) - Failed to meet minimum performance requirements of the contract. Not Applicable (NA) - There was no requirement to perform in this area under this contract. 1. The contractor?s ability to manage multiple projects of various duration and magnitude. Rating assigned and comments: 2. The contractor?s ability to collect data, analyze data and make sound recommendations in support of contract formation and administration. Rating assigned and comments: 3. The contractor?s ability to prepare reports and documents that are technically sound, concise and error free. Rating assigned and comments: 4. The contractor?s ability to provide customer service that is responsive, relevant and timely. Rating assigned and comments: 5. The ability of the contractor to provide and maintain personnel with the proper skills. Rating assigned and comments: 6. The contractor?s ability to complete tasks on schedule and manage the contract to successful completion. Rating assigned and comments: 7. Additional Comments that would aid in determining past performance history of this contractor?s performance. 8. How would your rate the contractor?s overall performance?
 
Place of Performance
Address: 1200 New Jersey Ave. SE, Washington, DC
Zip Code: 20590-0001
Country: UNITED STATES
 
Record
SN01354524-W 20070729/070727220734 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.