SOLICITATION NOTICE
R -- Collection of Effective Flow Resistivity (EFR) Data
- Notice Date
- 4/2/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-09-Q-80050
- Response Due
- 4/9/2009
- Archive Date
- 7/9/2009
- Point of Contact
- Point of Contact -Karen Marino, Contracting Officer, 617-494-2437<br />
- Small Business Set-Aside
- N/A
- Description
- This is a competitive combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The applicable NAICS code is 541990 and the Small Business size standard is $6.5M. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13 and Part 12, Commercial Items. This solicitation document and incorporated provisions are those in effect through the Federal Acquisition Circular (FAC) 2005-31. Solicitation No. DTRS57-09-Q-80050 is issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The John A. Volpe National Transportation Systems Center (Volpe Center) has a requirement to improve the current Volpe Center Acoustics Facility?s (VCAF) effective flow resistivity (EFR) data collection system, participate in training and demonstrate the system, and participate in data collection using this system, in accordance with the attached Statement of Work (SOW). Please provide a price for each of the following Contract Line Items (CLINS): CLIN 0001 Task 1, EFR Assembly and Training, 1 JOB, Total Price $ __________; CLIN 0002, Task 1, Travel, 1 EA, Not-to-Exceed, $_____________; CLIN 0003, Task 2, EFR Preparation, 1 JOB, Total Price $___________; CLIN 0004, Task 2, EFR Field Demonstration, 1 JOB, $___________; CLIN 0005, Task 2, Travel-Not to Exceed, 1 EA $____________; CLIN 0006, (Optional Line Item), Task 3.1, EFR and Passby Field Measurements, 1 JOB $____________; CLIN 0007, (Optional Line Item) Task 3.1, Travel-Not to Exceed, 1 EA $______________; CLIN 0008, (Optional Line Item), Task 3.2, EFR and Passby Field Measurements, 1 JOB $________________; CLIN 0009, (Optional Line Item), Task 3.2, Travel-Not to Exceed, 1EA $______________. Please provide a total price for all items including optional items (CLINS 0001 ? 0009) $________________. The proposal shall be marked with the RFQ number. Technical Criteria The Offeror shall provide a description of the work to be performed, technical experience, including resume and related work experience. The technical proposal will be evaluated in terms of the following: a. Technical experience of the proposal (maximum 5 pages, double-space, Times New Roman 12 font);b. Resume ? Must have experience as an electronic technician or related field (maximum 5 pages, double-space, Times New Roman 12 font);c. Demonstrated familiarity with VCAF?s current EFR data collection system; andd. Demonstrated experience with VCAF?s vehicle pass-by noise data collection instrumentation and procedures. BASIS FOR AWARD ? BEST VALUE The Government intends to evaluate proposals and award a purchase order, in accordance with the RFQ. Therefore, the offeror?s initial proposal should contain the offeror?s best terms from a price standpoint. ORDER OF IMPORTANCE Technical experience is significantly more important than price in the selection of an offeror for award. Notwithstanding this fact, offerors are cautioned not to minimize the importance of the price quote. The winning proposal will be based on the following selection criteria, listed in descending order of importance: 1. Proposed technical experience, including resume and related work experience; and 2. Proposed price for performing the work. FAR 52.212-1, Instruction of Offerors-Commercial Items (JAN 2005) is hereby incorporated by reference; The Offeror must complete the Offeror Representations and Certifications required in FAR 52.219-1 by using the Online Representations and Certifications Application (ORCA) at the following website: http://orca.bpn.gov. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA. FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items are hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. These references may be viewed at www.arnet.gov. The following clauses also apply to this RFQ: FAR Clause 52.232-18, Availability of Funds, (APR 1984), FAR Clause 52.217-5, Evaluation of Options, (JUL 1990), and FAR Clause 52.217-6, Option for Increased Quantity, (MAR 1989). A single award will result from this solicitation. Responses must be received no later than 2:00 P.M. EST on April 9, 2009 to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen M. Marino, RVP-32, 55 Broadway, Building 1, Room 1148, Cambridge, MA 02142. Responses may also be sent via email to Karen.Marino@dot.gov. No telephone requests will be honored. When award is made a firm fixed-price purchase order is anticipated. The Government will not pay for any information received. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11b1f1f62b136dc5d1cd82531725fbda&tab=core&_cview=1)
- Record
- SN01784136-W 20090404/090402220643-ec2b23d70cd8002542d3ce3ea67c87f5 (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 |