Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOLICITATION NOTICE

99 -- Aviation Environmental Design Tool (AEDT) Development - Statement of Work

Notice Date
5/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-10-Q-80084
 
Archive Date
6/9/2010
 
Point of Contact
Carl Chin, Phone: 6174942072
 
E-Mail Address
carl.chin@dot.gov
(carl.chin@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. DTRT57-10-Q-80084 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP) in accordance with FAR Part 13.5, Test Program for Certain Commercial Items and FAR Part 12, Acquisition of Commercial Items. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40 dated April 22, 2010. This procurement is being conducted as a 100% Small Business Set-Aside. The NAICS Code is 541511, Custom Computer Programming Services, for which the Small Business size standard is $25 million. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is seeking to acquire software support services to assist in the development of both calculating potential impacts using the same population and geographical data, and also in presenting the results of noise and emissions analyses in a common format. The requirement for these services is described in detail in the attached Statement of Work (SOW) (Attachment No. 1). The Government intends to award one contract on a firm-fixed price basis as a result of this solicitation. The period of performance for this contract will be from date of contract award (i.e., the effective date) through September 30, 2010. Contract award is planned to be made on or about June 15, 2010. This RFQ is expected to result in a single contract award to a qualified small business, subject to receipt of an acceptable quote. An award will be made to the source whose quote, conforming to the solicitation and specifications listed in the SOW (Attachment No. 1), is determined to offer the best value to the Government. Quote: The contractor shall provide a quote on the following CLIN items: CLIN 0001 - Software support: $_____________ CLIN 0002 - Travel: $_____________ CLIN 0003 - Documentation: $_______________ Instructions to Vendors: FAR provision 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) is hereby incorporated by reference. All responsible sources may submit a quote which shall be considered by the Agency. In addition to the quote, Vendors shall submit written a quote which include a technical description in sufficient detail to enable the Government to evaluate compliance with the requirements of the solicitation. This technical description consists of providing the following information in the specified format: 1. Technical Capability. Describe the Vendor's approach to the tasks described in the SOW which demonstrates its technical understanding and capability to perform the required work. (Maximum five (5) pages, Times New Roman twelve 12 font, double-spaced). 2. Past Performance. The Vendor shall provide past performance information, including recent and relevant contracts for similar work for software development (i.e., contracts performed within the past five (5) years for similar work and magnitude as described in the SOW). This information should include contract numbers, points of contact with telephone numbers and other relevant information (Maximum five (5) pages, Times New Roman 12 font, double-spaced). The Government intends to award a contract without discussions and advises all Vendor's to present their best prices in response to the solicitation. NOTE: All contractors must be registered in the Central Contractor Registration (CCR), https://www.bpn.gov/ccr/, in order to receive an award from the Government. The Vendor's signed quote shall be prepared as either a PDF or Microsoft Word 2007 version or earlier file document and submitted electronically via email to Carl Chin at the following email address: Carl.Chin@dot.gov to arrive no later than 2:00 p.m., Eastern Time, on May 25, 2010. Mr. Chin can be reached at 617-494-2072 if there are any questions. Quotes submitted via facsimile, U.S. Mail or by private carrier is not authorized and late responses will not be considered. The Government will not pay for any information received. Evaluation of Offers: FAR Provision 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. The Government will award a contract resulting from this solicitation to the responsible small business Vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The technical understanding and capability of the Vendor, as demonstrated by its technical description, to meet the Government requirements is more important than price. The Vendor's technical description will be evaluated in accordance with the two evaluation criteria described below: 1. Technical Capability 2. Past Performance In detail, the technical criteria are: 1. Technical Capability. The purpose of this criterion is to assess the Vendor's approach to the tasks described in the SOW, including its technical understanding and capability to perform the required work. 2. Past Performance. The purpose of the criterion is to assess the ability of the Vendor to perform successfully based upon an evaluation of its relevant past performance information on similar work for software development. Solicitation Provisions: All Vendors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) with its offer. A Vendor shall complete only paragraph (b) of this provision if the Vendor has completed the annual Online Representations and Certifications Application (ORCA) electronically at https://orca.bpn.gov. If a Vendor has not completed the annual representations and certifications electronically at the ORCA website, the Vendor shall complete paragraphs (c) through (n) of this provision. Contract Terms and Conditions: FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), and its Alternate I (OCT 2008) are hereby incorporated by reference. Additionally, paragraph (u) is added to this clause as an addendum in order to incorporate the requirements of Department of Transportation Acquisition Policy Letter (APL) 2010-03, and paragraph (v) is added to incorporate a Payment clause as follows: (u) CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING (FEB 2010) a) Definitions. The following definitions are intended to be consistent with the definitions in DOT Order 3902.10 and the E.O. For clarification purposes, they may expand upon the definitions in the E.O. "Driving"---- (1) Means operating a motor vehicle on a roadway, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) It does not include being in your vehicle (with or without the motor running) in a location off the roadway where it is safe and legal to remain stationary. "Text messaging" means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. (See definition in DOT Order 3902.10) (b) In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, October 1, 2009, and DOT Order 3902.10, Text Messaging While Driving, December 30, 2009, contractors and subcontractors are encouraged to: (1) Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving- (i) Company-owned or -rented vehicles or Government-owned, leased or rented vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as--- (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (v) PAYMENTS (APR 2010) The invoicing and payment office for all contract actions issued by the DOT/RITA/Volpe National Transportation Systems Center is located at the Enterprise Services Center (ESC), Office of Financial Operations, Federal Aviation Administration (FAA) in Oklahoma City, Oklahoma. The Contractor must submit all invoices, including supporting documentation, electronically (e.g., PDF format) to the ESC at FAA in Oklahoma City by e-mail at the following address: volpeinvoices@faa.gov (all lower case). A cover email must accompany each invoice and provide the applicable information in the fields listed below. Invoice Date: Supplier Name: Invoice Amount: Invoice Number: Contract No.: Modification No.: Terms/Discount: Performance Period: Notes: The following additional Contract Terms and Conditions are incorporated into this solicitation: FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010), is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: (b) 1, 8, 10, 12, 18, 19, 21, 22, 23, 24, 25, 28, 33, 38, and 41. Attention: The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. The Department of Transportation (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. Maximum line of credit is $750,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored. The above FAR clauses can be accessed at www.acquisition.gov/FAR/. For information concerning the acquisition, contact the contracting official above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-Q-80084/listing.html)
 
Record
SN02142526-W 20100508/100506235147-96fdd9282732908e4c13dd4ad3accf42 (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.