Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
MODIFICATION

D -- Variance Tracking Database - Responses

Notice Date
9/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
926120 — Regulation and Administration of Transportation Programs
 
Contracting Office
Federal Motor Carrier Safety Administration (FMCSA) - Headquarters FMCSA
 
ZIP Code
00000
 
Solicitation Number
DTMC75-09-R-00038
 
Archive Date
9/30/2009
 
Point of Contact
Vinton M. Grant, Phone: 202-385-2348, Diane Bethea, Phone: 2023852303
 
E-Mail Address
vinton.grant@dot.gov, diane.bethea@dot.gov
(vinton.grant@dot.gov, diane.bethea@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
revised Labor / Price sheet Requirements Regulatory Sample Response to vendor questions (1)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with attached Statement of Work (attachment 1) included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2)The solicitation number is DTMC75-09-R-00038 and is issued as a Request for Proposals (RFP). (3)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35 effective July 14, 2009. (4)The North American Industrial Classification System (NAICS) code for this procurement is 926120 Regulation and Administration of Transportation Programs. This requirement is unrestricted. This requirement is to provide off-site regulatory reviews of vehicle states safety regulations to include development and maintenance of electronic database software. As a result of this solicitation, it is anticipated that a Firm Fixed Price type contract will be awarded. (5)Base Period CLINS 0001 Software Application License FeeEach 0002 Documents Generation / Conversion Page 0003 Program ManagerRate X 40 Hours 0004 Legal Researcher Rate X 896 Hours 0005 Writer Rate X 120 Hours Option Period I CLINS 1001 Software Application License FeeEach 1002 Documents Generation / Conversion Page 1003 Program ManagerRate X 24 Hours 1004 Legal ResearcherRate X 672 Hours 1005 Writer Rate X 80 Hours Option Period II CLINS 2001 Software Application License FeeEach 2002 Documents Generation / ConversionPage 2003 Program ManagerRate X 24 Hours 2004 Legal ResearcherRate X 672 Hours 2005 Writer Rate X 80 Hours Option Period III CLINS 3001 Software Application License FeeEach 3002 Documents Generation / Conversion Page 3003 Program ManagerRate X 24 Hours 3004 Legal ResearcherRate X 672 Hours 3005 Writer Rate X 80 Hours Option Period IV CLINS 4001 Software Application License Fee Each 4002 Documents Generation / Conversion Page 4003 Project ManagerRate X 24 Hours 4004 Legal ResearcherRate X 672 Hours 4005 Writer Rate X 80 Hours (6)The period of performance will be from the effective date of award through twelve (12) months plus four (4) additional option periods of twelve (12) months each. This requirement is unrestricted. (7)Delivery and Acceptance shall be FOB Destination to 1200 New Jersey Ave., S.E. Washington DC 20590-0001 (8) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The following terms and conditions are added as an addendum to this clause: FAR 52.227-3 Patent Indemnity, FAR 52-227-14 Rights in Data, 52.227-17 Rights in Data – Special Works and FAR 52.227-18 Rights in Data existing Works. The full text of the solicitation provision and clauses can be accessed electronically at http://acquisition.gov. (9) The Government intends to evaluate offers in accordance with FAR 52.212-2. A single Fixed Priced contract will be awarded without discussions to the proposal that conforms to the solicitation requirements and presents the Best Value to the government as determined by the evaluation criteria. BEST VALUE will be based on an integrated assessment by a technical evaluation panel of all areas and factors set forth herein with due consideration to the relative order of importance. Therefore the initial offer should contain the offeror’s best terms from a technical and price standpoint. The Government will award a contract resulting in a single contract to the responsible offeror whose offer, conforming to the solicitation requirements, is most advantageous and offers the best value to the Government. The Government does reserve the right of such flexibility in evaluation to ensure award of a contract in its best interest. All evaluation factors will be adjectivally rated. When combined, the non-priced factors are significantly higher when compared to price. However, when all of the most highly rated proposals are equal on non-price-factors, price will be controlling factor. Offeror proposals shall have three separate sections: Section 1 will include the response to Technical Expertise and Management Approach; Section 2 will contain the response Past Performance information; and Section 3 will contain the proposed Price information. Total contract price will be evaluated for reasonableness in accordance with FAR 15.404-1b. Evaluation of the option periods shall not obligate the Government to exercise the options. The following factors listed in relative order of importance shall be used to evaluate offers: 1) Technical Expertise: This section shall not exceed 20 pages. The offeror’s proposed approach shall include adequate documentation to clearly demonstrate a thorough understanding of the SOW requirements. Discuss specific methods, technology and techniques for successful completion of tasks to satisfy the requirement in a quality and timely manner. An executable approach with detailed discussion of technical skills and capabilities to develop, support, maintain, upgrade or enhance electronic database software systems. Define and recommend solutions critical to the development, implementation and maintenance of the required system. The contractor shall furnish as part of their proposal all descriptive information necessary for the government to determine whether the service meets the minimum specifications for storing and retrieval of regulatory variance information. This includes specialized knowledge, experience, resources, and knowledge of commercial motor carrier safety, federal motor carrier safety regulations, hazardous material transportation regulations, rulemakings, codified regulations, and regulatory interpretations. The government will evaluate the resumes of any proposed key personnel to determine extent to which they possess the necessary skills to perform the requirement. 2) Management Approach: This section shall not exceed 20 pages. The approach should clearly demonstrate thorough understanding of requirement; sufficiently detailed quality control measures to recognize substandard performance, inherent risks and challenges, and document corrective actions; and demonstrate clear understanding of the contract objectives. The proposal shall provide sufficient information to adequately evaluate overall design plans, schedule, software development timetables, testing plans and deployment plans. Demonstrate capability to manage and staff the project, and has knowledge, experience and resources to independently track and acquire updates to regulatory information. 3) Past Performance. The Past Performance data shall not exceed 20 pages. Include three references consisting of the contract number, the agency or company for which the work was performed, contract value, a description of work performed, and the name of the Contracting Officer and Technical Representative to be contacted with their address, telephone, email address, and facsimile numbers. The FMCSA reserves the right to utilize past performance information in conducting the evaluation other than the information submitted with the proposal received. Current, accurate, complete information MUST be provided to contact each reference. This should include contract number, point of contact, phone number and email address for each contact. 4) Price: Offerors proposed price shall include a calculated total overall price and subtotal for each option period. Subcontract cost shall be listed separately for each subcontractor and indicate the tasks within the SOW that each will perform. The total evaluated price will be the sum of all CLINS for the entire potential contract period with option years. The price proposal shall clearly demonstrate a thorough understanding of the objectives and requirements. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price proposals will be analyzed for reasonableness and completeness. The Government will review the offeror’s proposed prices to ensure that they are consistent with the solicitation requirements. The Government will award the contract to the responsible offeror whose proposal is considered to have offered the best overall value on the basis of its offer and capability to perform the work. Accordingly, the Government may award any resulting contract to other than the offeror proposing the lowest price or other than the offeror achieving the highest adjectival rating. (10)Offerors shall include a completed copy of the FAR 52-212-3 Offeror Representations and Certifications. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (11)FAR 52.212-4 Contract Terms and Conditions – Commercial Items is incorporated by reference into this solicitation. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (AUG 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-11, American Recovery and Reinvestment Act—Reporting Requirements (Mar 2009) (Pub. L. 111-5). __ (5) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (7) [Reserved] __ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (9)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _X_ (11)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). _X_ (13) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (14)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (15) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (16) 52.219-26, Small Disadvantaged Business Participation Program— Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (17) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). _X_ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (20) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). _X_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (23) 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). _X_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _X_ (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (28)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA–Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (31) 52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (32)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (33) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (35) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (36) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (37) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (38) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (39) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (40) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (41) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). _X_ (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (43)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 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). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) -Transportation Regulations 1252.237-70 Qualifications of contractor employees - Transportation Regulations 1252.237-73 Key personnel -Transportation Regulations 1252.239-70 Security requirements for unclassified information technology resources -Transportation Regulations 1252.242-72 Dissemination of contract information -Transportation Regulations 1252.242-73 Contracting officer's technical representative (13)All electronic information technology deliverables rendered under this solicitation shall comply with Section 508 of the Rehabilitation Act and the Access Board Standards available for viewing at http://www.section508.gov. Section 508 uses the Federal procurement process to ensure that technology acquired by the Federal Government is accessible. This rule establishes that contractors must manufacture, sell, or lease electronic and information technology supplies or services that comply with standards promulgated at 36 CFR part 1194. The FMCSA has determined that the following technical provisions apply to this solicitation: 1194.21 Software Applications and Operating Systems: Provisions 1194.21a through 1194.21l 1194.22 Web-based Intranet and Internet Information and Applications: Provisions 1194.22a through 1194.22p 1194.23 Telecommunication Products: No Provisions 1194.24 Video and Multimedia Products: No Provisions 1194.25 Self Contained, Closed products: No Provisions 1194.26 Desktop and Portable Computers: No Provisions Functional Performance Criteria: 1194.31a through 1194.31f Information, Documentation and Support: 1194.41a through 1194.41c Offers must submit with their proposal, a certification of compliance with the above accessibility standards. Failure to provide this certification shall eliminate the offeror from further consideration for this award (14)DPAS Rating not applicable. (15)Proposals are to be received on or before September 15, 2009 @ 1630 Eastern Time. If your proposal is being submitted by REGULAR MAIL, EXPRESS MAIL or COURIER, use the following address: Department of Transportation (DOT)/Federal Motor Carrier Safety Administration (FMCSA), 1200 New Jersey Avenue, SE, Washington, DC 20590-0001, to the Attention of Mr. Vinton Grant, W66-482. Offerors are encouraged to submit your proposal electronically to Vinton.Grant@dot.gov and FMCSA_AcquisitionsManagement@dot.gov. However, it is each offeror’s responsibility to ensure the offer is received (in total) by the Contract Specialist prior to the deadline. Offerors shall adhere to the page limitations stipulated for each factor. Pages in excess of the stated limitations will not be forwarded to the evaluation team for review and could possibly impact the overall ratings received. Cover pages, indexes and table of contents will not count against the page limitation. Resumes are also not included in the total page count, but should not exceed 2 pages per individual. Pages shall be 8.5 X 11 inches with Times New Romans font size of 12. Foldout pages of 11 X 17 shall only be used for tables and figures and will count as one page. Double sided pages will count as 2 pages. There is no page limitation for the Price Factor. However the price proposal shall only include the information as per the instructions contained herein. Offerors can include up to 3 pages of introductory information on the company. However, the offerors are cautioned not to include information relevant to any of the factors within these pages, as it will not be evaluated. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified. At a minimum, offers must show (1) the solicitation number; (2) the name, address, telephone number and email point of contact; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirement of the solicitation; (4) proposed terms and conditions; (5) representation and certifications; (6) Past Performance information to include recent and relevant contracts for similar services and other references including contract numbers, points of contact with telephone numbers and other relevant information; (7) period of acceptance of offers; (8) alternative terms and conditions or customary commercial practices satisfying the requirement of this solicitation. (16)Should offerors have any questions, submit questions in writing to the Contract Specialist, Vinton Grant, at Vinton.Grant@dot.gov, no later than 3:00 p.m. EST on September 7, 2009 and all questions and answers will be posted to this site for the information of all offerors. It is the policy of the FMCSA to issue solicitations and make contract awards in a fair and timely manner. Potential offerors who believe that a FMCSA solicitation is unfair or otherwise defective should first direct their concerns to the Contracting Officer. The Contracting Officer for this procurement is Ms. Diane Bethea, Diane.Bethea@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/DTMC75/75/DTMC75-09-R-00038/listing.html)
 
Place of Performance
Address: Performance is at contractor's location, United States
 
Record
SN01948596-W 20090912/090910235955-7896420f994781aed9913ee8626670ab (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.