Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

70 -- Pulsed Light Detection and Ranging (LIDAR) Systems Engineering and Analysis Support Service - Attachments 1 & 2

Notice Date
5/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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-R-20017
 
Archive Date
6/29/2010
 
Point of Contact
Stephen A Garanin, Phone: 6174946126
 
E-Mail Address
steve.garanin@dot.gov
(steve.garanin@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2: Instructions to Offerors for Price/Business Proposal for Pulsed Light Detection and Ranging Systems Engineering and Analysis Support Services Attachment 1: Procurement Work Statement for Pulsed Light Detection and Ranging Systems Engineering and Analysis Support Services Pulsed Light Detection and Ranging (LIDAR) 0527 2010 02142 70 Information Technology Services, including Telecommunication Services 55 Broadway, Cambridge, MA 02142 Pulsed Light Detection and Ranging (LIDAR) Systems Engineering and Analysis Support Service DTRT57-10-R-20017 061410 Stephen A Garanin, Contracting Officer, 617-494-6126 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; proposals are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in FAR Part 12, Acquisition of Commercial Items; FAR Part 13.5, Test Program for Certain Commercial Items; FAR Part 15, Contracting by Negotiation; and FAR Part 16.5, Indefinite Delivery Contracts as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39, dated March 19, 2010. The applicable North American Industry Classification Code (NAICS) code for this requirement is 541990; the Small Business size standard is $7.0 million The U.S. Department of Transportation (DOT), Research and Innovative Technology Administration (RITA), John A Volpe National Transportation Systems Center (Volpe Center) intends to award a contract, based on sole-source procurement, to Lockheed Martin Coherent Technologies, Inc. (LMCT), in accordance with FAR 6.302-1, only one responsible source, and no other type of supplies or services will satisfy agency requirements. The Volpe Center intends to procure, through an Indefinite Delivery Indefinite Quantity (IDIQ) contract, the following services: system redeployment, modification, analysis, data processing and analysis, and general requirements like shipping or repairing components of the Pulsed Light Detection and Ranging (LIDAR) at various locations throughout the United States for up to five (5) years from the date of contract award. LMCT, located in Louisville, CO, is currently the only company which possesses the unique hardware and proprietary wake vortex processing software combination capable of meeting the wake turbulence measurement needs of the Government. This combination of system uniqueness in addition to the proven knowledgeable staff to support the Volpe Center and its sponsoring organization, the Federal Aviation Administration (FAA) Wake Turbulence Program, has established LMCT as the only source available to meaningfully support the Volpe Center and the FAA, within the Next Generation Air Transportation System (NextGen) model. Under this IDIQ, which is by definition a performance-based vehicle, the Government will obtain services under this contract through the use of Task Orders. The Contractor shall provide the necessary personnel, facilities, services, equipment, and materials to perform those activities called for under each task as detailed in Attachment 1: Performance Work Statement Requirements. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. SOLICITATION PROVISIONS Written proposals must be submitted within nineteen (19) calendar days from the date of publication of this synopsis/solicitation. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.This notice of intent is not a request for competitive proposals. Each response must reference the synopsis/solicitation number and/or title. The signed offer may ONLY be submitted electronically, via email to Steve.Garanin@dot.gov. Mailed, telephonic or faxed proposals will not be honored. All data received in response to this announcement marked or designated as corporate or proprietary information will be protected from release outside the Government in accordance with the Freedom of Information Act and Privacy Act provisions. NOTE: All contractors must be registered in Central Contractor Registration (CCR) in order to receive award from a DOT Agency. This proposed action is for commercial services for which the Government intends to solicit and negotiate with only one source under statutory authority 41 U.S.C. 253 (c) (1), as implemented by FAR 6.302-1. CONTRACT CLAUSES Instructions to Offerors FAR 52.212-1, Instruction of Offerors-Commercial Item (JUN 2008) is hereby incorporated by reference. Evaluation of Offers FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is hereby incorporated by reference. Paragraph (a) fill-ins are as follows: The following factor shall be used to evaluate offers, Technical Factors: The technical evaluations are based on the following three (3) non-cost factors. • Factor 1: Technical Manufacturer Qualifications. A certified Representative must be identified and provided for the purpose of inspecting, certifying the newly installed LIDAR systems and providing basic crew training. • Factor 2: Equivalent Parts proposed. The contractor must include manufacturer language (such as descriptive literature) for any equivalent parts proposed. • Factor 3: Tasks. Contractor must commit to the performance areas listed in the Statement of Work. The technical evaluation team will review the proposal for evidence of commitment to the tasks. All three (3) evaluation factors of are equal importance. The following describes the rating system used by the Technical Evaluation Team. An Unacceptable rating in any sub-factor will render the entire proposal unacceptable. Acceptable: The proposal demonstrates that the requirements of the evaluation factors are well understood and the approach will result in satisfactory performance. Unacceptable: The proposal does not meet the requirements of the evaluation factors. Price: As per Table 1, Attachment 2. This table must be completed for evaluation purposes for the first year, utilizing the hours provided, and maximum allowable prices listed for Travel and ODCs. ( The maximum allowable escalation rate is 2.5% for each of the following four(4) years, if applicable, with all customary discounts applied.) When taken together Technical Factors and Price are of equal importance. See ATTACHMENT 2: Instructions to Offerors for Price/Business Proposal. Solicitation Provisions FAR 52.212-3, Representation and Certifications-Commercial Items (AUG 2009) are no longer provided within the solicitation and must be submitted on-line through On-Line Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of the Representations and Certifications required by the FAR. (https://orca.bpn.gov). Contract Terms and Conditions FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009), is hereby incorporated by reference. The following Addenda are hereby added: 1. CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING 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. (c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all subcontracts that exceed the micro-purchase threshold, other than subcontracts for the acquisition of commercially available off-the-shelf items. 2. Contract Type: a. This is an Indefinite Delivery Indefinite Quantity (IDIQ) task order contract. Requirements will be placed under this contract through the issuance of task orders. b. Task orders shall be issued on a Firm-Fixed-Price (FFP) basis. c. The Contract Line Item Number (CLIN) structure provided below establishes a CLIN and three (3) SunCLINS for the contract type. 3. Contract Limitations: a. Maximum Contract Value: The value of all task orders placed under this contract will not exceed $5,000,000. The maximum value on any single task order is not fixed. There is no limit on the number of orders that may be issued. b. Minimum Guarantee: The guaranteed minimum under this contract is $2,500. c. Maximum length of this contract is five (5) years. d. Maximum allowable Travel costs for the five (5) years is $10,000. e. Maximum allowable ODC costs for the five (5) years is $90,000. 4. Contract Scope: The Contractor, acting as an independent Contractor and not as an agent of the Government, will furnish all personnel, facilities, support, materials, and management necessary to provide the services required under this contract and its subsidiary task orders. The scope of this effort is detailed in the PWS. Specific requirements will be stated in individual task orders. 5. Contract Line Item: ITEM NO. SERVICES 0001 Technical support services for engineering services and analysis support for pulsed LIDAR wake vortex/turbulence program in accordance with the PWS and other terms and conditions of this contract as a Firm-Fixed-Price (FFP) type. 0001AA Labor 0001AB Travel 0001AC ODC 6. RESPONSIBILITY FOR CONTRACT ADMINISTRATION Contracting Officer: The Contracting Officer has the overall responsibility for this contract. The CO alone, without delegation, is authorized to take actions on behalf of the Government to amend, modify, or deviate from the contract terms, conditions, requirements, specifications, details and/or delivery schedules. However, the CO may delegate certain other responsibilities to his/her authorized representatives. Task Order Contracting Officer's Technical Representative: The CO may designate a Task Order Contracting Officer's Technical Representative. The TOCOTR will perform the duties of the TOCOTR in connection with the technical oversight of an individual task order. The TOCOTR does not have the authority to make new assignments of work or to issue directions that cause an increase or decrease in the price of this contract or otherwise affect any other contract terms. 7. ORDERING a. During the period of performance of the contract, the CO may issue task orders. b. Each task order shall: (1) Incorporate the terms and conditions of this contract by reference. (2) Set forth the Government's required delivery or performance date and the place of performance. (3) Set forth applicable appropriation and accounting data. (4) Be signed by the Contracting Officer. (5) Contain travel itinerary, if required. c. Under no circumstances shall an order or a modification to an order be issued if the delivery requirements extend beyond 120 days after the expiration of the contract. d. Delivery or performance shall be made only as authorized by orders issued in accordance with the ordering clause. e. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. f. Any order issued during the period of performance of this contract, and not completed within that period, shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's period of performance. g. All task orders will be priced in accordance with the pricing set forth in Attachment 2, Section f. Pricing Tables. (1) Labor: The Pricing Tables represent fully-loaded labor rates for each skill classification identified in Attachment 2. The fully-burdened labor rates include all direct, indirect, general and administrative costs, and profit associated with providing the required skill. (2) ODC: The ODCs consist of supplies, shipping, and subcontractor (other than labor) related costs, up to the maximum allowable for the period of performance of the contract. (3) Travel: The travel related costs of Volpe Center directed tasks ; i.e., temporary duty to include travel, lodging and meals, up to the maximum allowable for the period of performance of the contract. h. The Government will order any supplies and services to be furnished under this contract by issuing task orders on Optional Form 347 or an agency-prescribed form by mail, facsimile, or electronically. i. The performance period of the contract is not synonymous with the performance period of any task order issued under the contract. The period of performance for a given task order will be specified in that task order. j. A Standard Form 30 will be used to modify task orders. k. A representative authorized by the contractor will acknowledge receipt of each task order within three (3) business days of receipt. l. Each task order issued may incorporate the contractor's price proposals, set forth as a ceiling price. Under no circumstances will the contractor start work prior to the issue date of the task order unless specifically authorized to do so by the CO or designee. 8. PAYMENT AND CONSIDERATION The following section is applicable to all task orders: Upon delivery and acceptance of the required services, the Contractor will be paid at the price specified on the face of the task order. NOTE: Under no circumstances can funds obligated under one task be used to pay costs incurred under another task. One copy of an invoice or invoices will be submitted to the CO, covering the amount claimed to be due, services rendered, and cost incurred there under. The original invoice will be submitted electronically to volpeinvoices@faa.gov. Under indefinite delivery/indefinite quantity contracts, separate invoices must be submitted for each task order. If changes to this invoice become necessary as a result of Government review, the contractor will submit a corrected last interim invoice. The contractor will submit this invoice, along with the contractor's release form, DOT F 4220.4, to the Contracting Officer, following the final adjustment per FAR 52.216-7. 9. PERFORMANCE EVALUATIONS Performance evaluations will be completed for each completed task order over $100, 000 and for selected tasks for lower amounts as determined by the CO. Performance evaluations will also be completed at least annually for task orders that have a performance period in excess of one year. (The performance evaluation form at http://cps.od.nih.gov/files/standardreport.doc, or equivalent form, will be used.) The CO or designee will submit the completed evaluation to the contractor for comment. The contractor shall have 30 days in which to respond. The Government will consider any comments provided by the contractor before finalizing a Performance Evaluation Report and the contractor's comments will be attached to the Report. 10. INSURANCE a. The Contractor will secure, pay the premiums for and keep in force until the expiration of this contract, and any renewal thereof, adequate insurance as provided below, such insurance to specifically include liability assumed by the contractor under this contract. (1) Workman's compensation insurance as required by law of the State. (2) Comprehensive bodily injury liability insurance with limits of not less than $500,000 for each accident. (3) Property damage liability with a limit of not less than $100,000 for each accident. (4) Automotive bodily injury liability insurance with limits of not less than $200,000 for each person and $500,000 for each accident, and property damage liability insurance, with a limit of not less than $40,000 for each accident. b. Each policy of insurance will contain an endorsement that any cancellation or material change in the coverage adversely affecting the Government's interest will not be effective unless the insurer or the Contractor gives written notice of cancellation or change to the Contracting Officer at least thirty (30) calendar days prior to the aforementioned actions. When the coverage is provided by self-insurance, the Contractor will not change or decrease the coverage without the Administrative Contracting Officer's prior approval. c. A certificate of each policy of insurance will be furnished to the Contracting Officer within ten (10) days after notice of award certifying, among other things, that the policy contains the aforesaid endorsement. The insurance companies providing the above insurance will be satisfactory to the Government. Notices of policy changes will be furnished to the Contracting Officer. 11. HANDLING OF DATA a. The Contractor in performance of this contract may have need for access to and use of various types of data and information in the possession of the Government which the Government obtained under conditions that restrict the Government's right to use and disclose the data and information, or which may be of such a nature that its dissemination or use other than in the performance of this contract would be adverse to the interests of the Government or other parties. Therefore, the Contractor agrees to abide by any restrictive use conditions on such data and not to: (1) Knowingly disclose such data and information to others without written authorization from the Contracting Officer, unless the Government has made the data and information available to the public; nor (2) Use for any purpose other than the performance of this contract that data which bears a restrictive marking or legend. b. In the event the work required to be performed, under this contract requires access to proprietary data of other companies, the Contractor will obtain agreements from such other companies for such use unless such data is provided or made available to the Contractor by the Government. Two copies of such company-to-company agreements shall be furnished promptly to the Contracting Officer for information only. These agreements will prescribe the scope of authorized use or disclosure, and other terms and conditions to be agreed upon between the parties. It is agreed by the Contractor that any such data, whether obtained by the Contractor pursuant to the aforesaid agreement or from the Government, will be protected from unauthorized use or disclosure to any individual, corporation, or organization so long as it remains proprietary. c. Through formal training in company policy and procedures, the Contractor agrees to make employees aware of the absolute necessity to maintain the confidentiality of data and information, as required above, and further aware of the sanctions which may be imposed for divulging either the proprietary data of other companies or data that is obtained from the Government to anyone except as authorized. The Contractor will obtain from each employee engaged in any effort connected with this contract an agreement, in writing, which shall in substance provide that such employee will not during his/her employment by the Contractor, or thereafter, disclose to others or use for his/her own benefit or the future benefit of any individual any trade secrets, confidential information, or proprietary/restricted data (to include Government "For Official Use Only") received in connection with the work under this contract. The Contractor will furnish a sample form of this agreement to the Contracting Officer within 10 days after award. d. The Contractor agrees to hold the Government harmless and indemnify the Government as to any cost/loss resulting from the unauthorized use of disclosure of third party data or software by the Contractor, its employees, subcontractors, or agents. e. The Contractor agrees to include the substance of this provision in all subcontracts awarded under this contract. The Contracting Officer will consider case-by-case exceptions from this requirement for individual subcontracts in the event that: (1) The Contractor considers the application of the prohibitions of this provision to be inappropriate and unnecessary in the case of a particular subcontractor; (2) The subcontractor provides a written statement affirming absolute unwillingness to perform absent some relief from the substance of this prohibition; (3) Use of an alternate subcontract source would reasonably detract from the quality of effort; and (4) The Contractor provides the Contracting Officer timely written advance notice of these and any other extenuating circumstances. f. Except as the Contracting Officer specifically authorizes in writing, upon completion of all work under this contract the Contractor will return all such data and information obtained from the Government, including all copies, modifications, adaptations, or combinations thereof, to the Contracting Officer. Data obtained from another company will be disposed of in accordance with the Contractor's agreement with that company, or, if the agreement makes no provision for disposition, will be returned to that company. The Contractor will further certify in writing to the Contracting Officer that all copies, modifications, adaptations or combinations of such data or information, which cannot reasonably be returned to the Contracting Officer (or to a company), have been deleted from the Contractor's (and any subcontractor's) records and destroyed. g. These restrictions do not limit the Contractor's (or subcontractor's) right to use and disclose any data and information obtained from another source without restriction. 12. DOT INFORMATION SECURITY REQUIREMENTS Access to Sensitive Information. (1) Work under a task order may involve access to sensitive information, as described in paragraph d. below that will not be disclosed by the Contractor unless authorized by the CO or designee. To protect sensitive information, the Contractor will provide training to any Contractor employee authorized access to sensitive information and, upon request of the Government, provide information as to an individual's suitability to have such authorization. Contractor employees found by the Government to be unsuitable or whose employment is deemed contrary to the public interest or inconsistent with the best interest of national security, may be prevented from performing work under the particular task order. (2) The Contractor will ensure that Contractor employees are: (1) citizens of the United States of America or an alien who has been lawfully admitted for permanent residence or employment (indicated by immigration status) as evidenced by U.S. Immigration and Naturalization Service documentation; and (2) have background investigations in accordance with DOT Order 1630.2B, Personnel Security Management. (3) The contractor will include the above requirements in any subcontract awarded involving access to Government facilities, sensitive information, and/or resources. (4) Sensitive Information is proprietary data or other information that, if subject to unauthorized access, modification, loss or misuse, could adversely affect national interest, conduct of Federal programs, or privacy of individuals specified in the Privacy Act, but has not been specifically authorized to be kept secret in the interest of national defense or foreign policy under an Executive Order or Act of Congress.". (End of clause) FAR 52.212-5, Contact Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2010) is hereby incorporated by reference with the following clauses checked: (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 Alternate I, 2, and 3. (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: The following clauses are appropriately checked: 1, Alternate 1, 10, 11, 13, 19, 20, 21, 22, 23, 24, 25, 26, 30, 38, and 41 (c) Not Applicable. (d) Not Applicable. (e) Not Applicable. Other Applicable Clauses: FAR 52.209-7 Information Regarding Responsibility Matters (APR 2010) FAR 52.209-8 Updates of Information Regarding Responsibility Matters (APR 2010) FAR 52.227-14 Right in Data - General (DEC 2007) 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 prime rate, as published daily in the Wall Street Journal, plus 1.75 percent. For further information call 800-532-1169 or visit the website http://osdbuweb.dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-10-R-20017/listing.html)
 
Record
SN02161551-W 20100528/100526235758-74557c3c682fd34e46bc759526f48120 (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.