SOLICITATION NOTICE
A -- TIRE/WHEEL TESTING AND TIRE TESTING SUPPORT SERVICES - ATTACHMENTS
- Notice Date
- 7/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH22-10-Q-00100
- Archive Date
- 8/21/2010
- Point of Contact
- Robin R Esser, Phone: (937)666-4511, Chelly Johnson-Jones, Phone: (202) 366-1943
- E-Mail Address
-
robin.esser@dot.gov, chelly.johnson-jones@dot.gov
(robin.esser@dot.gov, chelly.johnson-jones@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Pricing Schedules - TESTS Pricing Schedules - LABOR APPENDIX B APPENDIX A SF 1449 (required for submission) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written statement of work is attached. This Request for Quotation (RFQ) is issued as solicitation DTNH22-10-Q-00100. Competition for this requirement is "full and open". The NAICS code for this requirement is 541380 and the size standard is $11 Million. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. It is the contractor's responsibility to be familiar with applicable clauses and provisions. The Government will not provide contract financing for this acquisition. The Government may issue a single or multiple indefinite delivery/indefinite quantity contract(s) from this solicitation. The awarded contracts will have the provision to award delivery orders against the listed fixed-price tests contained in the contract, or issue task orders for required engineering services on a time and materials basis at the labor rates established in the award. The base award period shall be 24 months. Three 12 month option periods will be included in the award. The additional periods shall be exercised at the option of the government. The full statement of work (SOW) is attached. The contractor shall provide the necessary personnel, facilities, materials supplies and equipment to perform the tests per the SOW, as specified in Appendix A. The commercial tests required are listed in the attached Appendix A. An award may be made to contractors who can provide all or some of the listed tests. SUBMISSION REQUIREMENTS The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUNE 2008), applies to this acquisition. Quotations must contain the following: 1) Original of a completed SF 1449, signed by an individual authorized to bind the organization; 2) Per test cost using the attached contract pricing tables. Quantity discounts shall be clearly annotated as shown in the example on the pricing tables. 3) Loaded labor rates for the listed labor categories, or other labor categories provided by the contractor shall be priced using the attached pricing tables. 4) Base award and option year pricing is required. All tests offered by the contractor shall be priced; tests not offered shall be annotated n/a per instructions on the pricing tables. 5) Brief history of experience by the company in performing tire/wheel tests as specified in Appendix A 6) Name of and signature of an authorized company representative along with e-mail address, telephone and fax number 7) All vendors must be registered in the Central Contractor Registry (CCR) at the time quotations are received to be considered for award. Reference http://bpn.gov/ccr. Refusal to register shall forfeit award of a contract; 8) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (AUGUST 2009), applies to this acquisition. A completed copy must be submitted along with the quote or Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http://orca.bpn.gov; 9) If any exceptions or assumptions are taken by a contractor with regard to any aspect of this RFQ, they should be so stated in the quote. EVALUATION CRITERIA AND BASIS FOR AWARD The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JAN 1999), applies to this acquisition. The government may award one or more contracts resulting from this RFQ to the responsible contractor(s) whose quote, conforming to the RFQ will be advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price (iii) Past Performance. (i) Technical capability is defined as the offeror's ability to perform the tests, as specified in Appendix A, to meet the Government's requirement. Applicable ratings for Technical Capability are as follows: "Acceptable" - Meets Government's requirement; "Unacceptable" - Does not meet the Government's requirement. (ii) Price - offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (iii) Past Performance - the offeror must provide at least two references for contracts/purchase orders of similar testing performed within the last three (3) years. Each reference must include customer's name and address, contact person, date of performance, telephone number and contract value. If the offeror has no Past Performance information, then it will be rated on its ability to meet the technical specification, and on price. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items - see Section I of the attached Statement of Work. Full text of the clauses may be accessed electronically at the internet site http://www.arnet.gov/far DUE DATE FOR SUBMISSION: Quotations are to be forwarded to Robin R. Esser, Contracting Officer at: U. S. Department of Transportation National Highway Traffic Safety Administration Vehicle Research & Test Center 10820 State Route 347 - Bldg. 60 P.O. Box B-37 East Liberty, OH 43319. Quotes may be submitted via Fax: 937-666-3590 or e-mail: robin.esser@dot.gov. Quotations must be received no later than 12:00 NOON ET on August 6, 2010. The anticipated award date is August 18, 2010. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. Once posted on this website, interested offerors are responsible for monitoring the website until the closing date for any issued amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-10-Q-00100/listing.html)
- Place of Performance
- Address: Vehicle Research & Test Center, 10820 State Route 347 - Bldg. 60, East Liberty, Ohio, 43319, United States
- Zip Code: 43319
- Zip Code: 43319
- Record
- SN02216169-W 20100725/100723235347-8dbdc79d9bb75ede7613f630df137bd4 (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 |